ML20213G778

From kanterella
Jump to navigation Jump to search
Contract: Operating Reactor Plant Specific Reviews, Awarded to Sba.Subcontractor:Viking Sys Intl
ML20213G778
Person / Time
Issue date: 04/20/1987
From: Hagan T, Saluja J, Stewart R
NRC OFFICE OF ADMINISTRATION & RESOURCES MANAGEMENT (ARM), SMALL BUSINESS ADMINISTRATION, VIKING SYSTEMS INTERNATIONAL
To:
Shared Package
ML20213G739 List:
References
CON-FIN-D-1762, CON-NRC-03-87-028, CON-NRC-3-87-28 NUDOCS 8705180444
Download: ML20213G778 (33)


Text

.*

  • s "ff2 ""'

AWARD / CONTRACT  %"g[, o",'",Q,^,"ff,8 0 0*08" k

3"{~ry"' "f""4, o g

s. essvgo ev YOj'p*p*mv

' ' " " " ' ~ ~ ' " ' ' ' " * " " " ' ' " '

s.Aom NisTi,agoeyfri. ,,an in. ,

l l U.S. Small Business Administration 960 Penn. Avenue, 5th Floor Pittsburgh, PA 15222 T. Namt Aho Aoonass or CONT n ACTon m..., ..,,. .,,. sa. asp C s e. DEL *vtav Viking Systems International eOe ORiciN OTNER, ..,,..,

121 N. Highland Avenue - Suite 203 e. o'*CovNT roa rao= i Av=cNT Pittsburgh, PA 15206 1%/10 day's, .5%/20 days Net /30 10 $UsutiINvo4CES l'T E" E

u e.o . ..ku ...n.

e,w .peeene J TO THE CODE F ACILITv COOE ADDRESE SHWIN IN See Block 12 a a. 6m. T o/wann a o n aa. ,AvwtNT wiu et maos av

. See Prime Contract See Prime Contract

o. iv ro usi,eG oim . T.A ,ou A co Co..u.. ...ACCov T. G m oA..o,R.AT.oNoATA
u. A,v,T, B&R No.: 20-19-10-11-2 FIN Np.: D-1762 to u S C 230ccu 4t u $ c. 2534cn 5 8 AppN Nn.- 11Yn7nn 907 nRI TGATTON
  • till_0(D 15A ITEM NO 158 SUPPLIES /SERvtCES ISC OUANTITv 150. UNfT 15E. UNef PRICE 15F AMOUNT See Prime Contract and Special 8 a)

Subcontract Clause on Page 2.

Estimated $326.290 1pG. TOTAL AMOUNT OF CONTR ACT > $

16. TABLE OF CONTENTS Vil5EC l OE SCRIPTION lPAGE IS) VIl$ECl OE SC RIPTION lPAGE LSI
  1. Amt a - TME 5CHtovLE _

FAmt es - CONT R ACT C L Avstl X A SOLICIT ATION/ CONTRACT FORM i Xl e l CONTR ACT CL AU$ES l 2 B SUPPLIE5 0R SERveCES ANO PRICES / COSTS manT eis - List or ooCoutNTS. t ue.eests ANo oTM a ATT AC*.

C DESCRIPTION / SPECS / WORK STATEME NT Al*J l List OF ATTACHMENTS l 2 O PACK AGING ANO MARKING *AmT ev - st entSE NT AtaoNs ANo isest avCteoNs E INSPECTION AND ACCEPT ANCE IC R E P R E SE NT ATIONS. C E RTIF 4C AT IONS AND F Of tsvtRIE5 0m PERFORMANCE OTHER STATEMENTS OF OFFEROR $

G CONTR ACT ADMINt$TRATION DATA L INSTR $ .CONOS . ANO NOTICES TO OF FEROR5 H $pf CI AL CONTR ACT REOutREME NTS M EVALUATION F ACTORS FOR AWARO coninacima orroctnmu courierr ortu oron oasarrucastt 8

O CONT CTo = NEaof ATeo Aa Ei <NT ,c . ... A-A o,c. -.. ~... . ~ ,... - >v...

, . . . ..... . ." . . , ..... .. .. .. N ~ ..

3..'... . . . . .

'!!*.'.";. tJ':',' '*.:::,;:t".J a:.:::'; ,J".'.:-  ;*e".'.'e",: .": :l' 7.O' "4',','::' *.' f."::.?;.*Jf:.t.':. ,77.l'.".a'!.",r!.*l.0:71;

===. ::: =.::.:=::: h.-";;;'l:= =.r."'::' =::,::: ::,':2 :::':.=:.=: ::::. .r:s v:=:~.=.=::::.

~ ~~ ~~ ~ ~ ~~

=:':=:au ==:m:::n. , :N .

. . . . ~ . . . . . m i .... ., . . ..

. =:.=.== ::::.. ~ ~ ~-~~1

$$A. peAME APeo T eT LE oF StG E A (Type .e pai.es 30A. PeAME oF CopeTm ACTeNG oF FsCta

    • b a , ber 2,lsygg to l1 ATEt or Aut a6C A
  1. 0C oATE SGNEL TRACTom s tC.oATE tsGNED 4/n .v#0edv*se# /*e i

49e.

iv .eAMEbF Co*tLW- - m.. 20 APR ~587

,..,. . ... , . o,, .,

+

~S8 Il404 8-B l#4849 #6 886 STANO.A.RO 90RM 36 :stv. ..es, Pe t'vsoul t otT some v. cut AeLE p..es.ie GSA

'#" 000 e if 3 0.st.mut.1 PGHff 8 4 eMDCI ' 3961 $=986Jteftt3 8705180444 870420 PDR CONTR NRC-03-87-028 PDR

NRC-03-87-028

, Page 2 of 2 PART II - CONTRACT CLAUSES Section I - Contract Clauses 52.219-12 SPECIAL 8(a) SUBCONTRACT CONDITIONS. (APR1984)

(a)TheSmallBusinessAdministration(SBA)hasenteredintoContractNo.

NRC-03-87-028 with the U.S. Nuclear Regulatory Comission to furnish the supplies or services as described therein. A copy of the contract is attached hereto and made a part hereof.

(b) The Viking Systems International hereafter referred to as the subcontractor, agrees and acknowledges as follows:

(1) That it will, for and on behalf of the SBA, fulfill and perform all of the requirements of Contract No. NRC-03-87-028 for the consideration stated therein and that it has read and is familiar with each and every part of the contract.

(2) That the S8A has delegated responsibility for the administration of o this subcontract to the U.S. Nuclear Regulatory Commission with complete authority to take any action on behalf of the Government under the terms and conditions of this subcontract.

(3) That it will not subcontract the performance of any of the requirements of this subcontract to any lower tier subcontractor without the prior written approval of the S8A and the designated Contracting Officer of the U.S. Nuclear Regulatory Comission (c) Payments, including any progress payments under this subcontract, will be made directly to the subcontractor by the U.S. Nuclear Regulatory Comission.

(End of claust)

(AV1-1.713-3(e)(1))

PART III - List of Documents, Exhibits, and Other Attachments Section J - List of Attachments Attachment Contract No. NRC-03-87-028 between the U.S. Nuclear Regulatory Comission and the U.S. Small Business Administration.

r _

e AwAnmAcT "~

^ "z^o8 0 oao'* b i 'uNOra "5 (o"'**c' 0 As tis'5Caa 7I

_s.ca.-=m u ,

.. =c .coww o.l I~

_ NRC-03-87-028 rui. .An .. .. ., --c aon A c1 %.

s. ***u< o . , 4/m /87 NRR-87-028

,j .. Ao .su aco . , m . . ,- ,,

c,,, l U.S. Nuclear Regulatory Commission Division of Contracts Washington, D.C. 20555

v. aA= A=o - --- - e. cos.i . Acica o,. . .a . _,,. .. ,,, c , ..ocuviav U.S. Small Business Administration ,Oe On.c.4 ->

960 Penn. Avenue, 5th Floor D of < a < .

.. couNi on ao- i Avn~i Pittsburgh, PA 15222 1%/10 days, .5%/20 days Net /30 tO. EUseineT e.sv0.CE5 j'l E **

v4 eeeme maa COOf w . pee.ns.s.e ..aee-, TO Te.E F ACet eTV CODE A c onE E 5*e0Wes84 an.s- voo.am roa

,,. .a v = ,1..u. .e WAos ..

U.S. Nuclear Regulator /Eission U.S. Nuclear Regulatory CofflEiun Q, ATTN: Chester Poslusny, Mail Stop P-522 ORM, ATTN: GOV /COM Accounts Section Washincton. D.C. 20555 Washington. 0.C. 20555

> >. ag,,-oa.T = o. us o or a v AN ,uu. AN. o.cN cow.c1.. ... Accov~1. A o A-. Av.o oA1 A .

D iousc.no. n B&R No. 20-19-10-11-2 FIN No. D-1762 9.i us c m" 5 8 APPN. No. 31X0200.207 OBLICATTON $113.000

_tSA.tTE M eeO ISe SurPt (5/5(aveCt5 t SC. OuANTIT Y 150. UNf7 ISE. Uovet PasCE 158 AuOuNT The U.S. Nuclear Regulatory Comission (NRC) hereby accepts ) iking Systems Internat ional proposal dated March 16, 1987 as revised by Bes t and Fina' Offer dated Ap ril 7,1987, both of which are incorporated he~ein b) reference for project entitlec , " Operating Reactor Plant Specif ic Reviews". Refer to Section I, Contract Clause 8 2.219.11, for "Special 8(a) Contract Conditions".

"1 Estimated $326,290 inc. total AnaOvesT of CONT #ACT > $

16. TABLE OF CONTENTS

_V8 l5tc l O(5Ca erf SON leAct:53 vi lStC l O(Scaerf aON l Pact (si

  • aat . - vat scac ouct eas t .. - co=t aact ccmusts A

sot sCeT ATION/ CONT A ACT 8 0au l l 8 l CONT R ACT CL AuSE 5 8 l Suppt st 5 Om SE aveCis AND PA.CE 5/ COSTS

  • as t ... - L st o. Docueste.t s, t .w.e.ts Ano ot ag e Avi ac C O( 5C m.*T.O**/5*(CS /*Om.t 5f A1(ut NT D

lJ l L 57 08 ATTACo.w(NTS l PACK Acee,C ANO uAma speG east .v - as perst avat.o.ws awo .ws? muct.ons E

8N5PtCTiON AND ACC(PT ANCE E F mtrm($(NTATeONS.CE AT#F#CATsONS ANO Ot t eve ns(5 Om P( AFOmuaNCE Of t4(M ST AT(w(*#T5 0' 08 FEROm5 C

CONTmACT AOwsN#57mATsON OaTA L es.57ms . CONOS . AND NOf eCE 5 TO OF 8 ( saOms

! *, 15*f CsAL CONTm ACT mgOveag ug NTS M f vALUATeON s ACToms f om awanO CONTMACithC OfftCER witi Coat!liTiITfu 11On 1g As AnetICActi s' \

O co Taac aa,~.o .AnoA au - -..c - ~<

. . O A - A m o ac . - . . - > -

C;;f.l.* *Tl.:?.:~.:.*'::'::',.~~.~. l

.  ::.::*:.':77.t":".! ?.'lll *.:,'t.""';': *.* ;"; .. . - . , ,.. .. . .. ... . .. . .. . : '

'?.':.*:.il.?

10?f.'.y..';7..~*'.':.'",t~.7,:7.:: W :::.::::~:. ;':"':.7.';.7  ::;*' 7;;:.'" ?.":::::..*,T.;*!'?.':::~ ~ ?..'::."#. ::llll::;':.*:

.'.J.r; ".f,a Jit*.".Jf./7.."f.1"Tf,*'.7,lt:7.170:. 't.' .5:7d*7T?.!"";:';L.",.'.'T*..' *

~r:70.U:7.;. **/;* :f l g;;.,= : ;'; ,,,;;a gg;;f a -- - ~~+ e- . :7*.W.'t.t --  ?.

4tA mAest A"o T eTLE of s.6 (a (Ty pg e, p.a e.awt c. Co T amC T.hG oFF.Ct a co$f]fgg{f S Timot 894 ^ ofCo YaACTo.

, L A .L L r- ~., - .n ar

. ~

4 0(. oaTE tsG mtD APR G81 of20e .TEh/ /o m eo/ErQeCifL-+10C.

w -~ u-r~ n .

- s 10 ss(.

a t vausso.s.o. . .. . .. . asA.se

,s.. / <

/ . .m. . . J ..m.v. ~ ,,

. . as A e tp S. e g.a.t.T pg.et.ag .pf.tt r 1993 6-306a00418 0**

NRC-03-87-028 Page 18  ;

. 1. Section B.1 is changed to read as follows:

! Brief Description of Work i a. Contractor shall provide technical assistance to the NRC,.

Office of Nuclear Regulation (NRR), by conducting independent reviews and evaluations of assigned plant specific licensing actions.

, b. Orders will be issued for work required by the NRC in accordance with 52.216 Ordering (APR1984). The NRC reserves the right

, to withdraw a proposed order at any time prior to its formal award. 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 task orders issued hereunder. During the life of this contract, the Government shall place orders I

totalling a minimum of $100,00. The Contractor shall perform, when and if ordered, services specified in individual task orders placea during the life of this contract up to and 4

including a total comulative amount of $326,290.

2. Section B.2 is completed to read as follows:
a. The total estimated amount of this contract (ceiling) for the products / services ordered, delivered, and accepted under this

! contract is $326,290. The Contracting Officer may unilaterally

! increase this amount'as necessary for completion of orders i . 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 obligated with respect to this contract is

$113,000. The Contracting Officer or other individuals l- specifically authorized under this contract may issue orders for work up to amount presently obligated. This obligation amount n'ay 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

, ceiling as specified in paragraph a above. When and if the j amount (s) paid and payable to the Contractor hereunder shall '

i 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 i

Contractor in excess of the obligation amount specified above j is done so at the Contractor's sole risk.

c. A total estimated cost and fee, if any, will be negotiated for each task order and will be incorporated as a ceiling in the i resultant task order. The Contractor shall comply with the ,

provisions of 52.232 Limitation of Cost (APR 1984) for fully ,

i funded task orders and 52.232 Limitation of Funds (APR 1984) for increrentally funded task orders, issued hereunder.

E___-______._______ _

, NRC-03-87-028-

.- Page IC

3. Section F.4 is completed to read as follows:

Place of Delivery.

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

a. ProjectOfficer(4 copies)

U.S. Nuclear Regulatory Commission Contract Number: NRC-03-87-028 Office of Nuclear Reactor Regulation 4

Technical Assistance Management Branch Nail Stop: P-522 .

Washington, D.C. 20555

b. Contracting Officer (1 copy)

, , U.S. Nuclear Regulatory Commission Contract Number: NRC-03-87-028

' Office of Administration Division of Contracts b, Contract Administration Branch l(f Mail Stop: AR-2223 Washington, D.C. 20555

+s

, 4. Section G.1 is completed to read as follows:

Indirect Rates.

'- a. Pending the establishment of final indirect rates which shall be negotiated based on audit of actual costs, the Contractor shall be reimbursed for allowable indirect costs as follows:

Category Rate (%) Cost Base Applicable Period Overhead 77.5% Direct Labor 4-13-87 through 4-12-90 -

Fringe Benefits GM

{ 47.5% Direct Labor 4-13-87 through 4-12-90 l b. The Contracting Officer may adjust the above rates as

appropriate during the term of the contract upon acceptance of any revisions proposed by the Contractor. It is the Contractor's responsibility to notify the Contracting Officer in accordance with 52.232 Limitation of Cost ((APR 1984) or 52.232 Limitation of Funds (APR 1984), as applicable,

! if such changes (s) affect (s) performance of work within the established cost or funding limitations.

I

- ~

v .. . - _- .-c.. y. ..m--c, ,r....n.. ,,_.__,,_.-_,.___..,._v--,,.,--w,-..,,,w,.,,,,,,, m,, ....--m.-,,,,,.,,.,,,,.._,_...,,-,w.,.%,,

,NRC-03-87-028

. Page ID

5. Section G.2 paragraph 9., is completed to read as follows:

Project Officer Authority

a. The Contracting Officer's authorized representative hereinafter referred to as the Project Officer for this contract is :

Name: Chester Poslusny, Jr.

Address: Mail Stop P-522 U.S. Nuclear Regulatory Commission ,

Office of Nuclear Reactor Regulation l Washington, D. C. 20555 Telephone Humber: (301) 492-8435

6. Section G.3, paragraph a., is completed to read as follows:

Travel Reimbursement

, a. Total expenditure for domestic travel shall not exceed

$3,950.00 without the prior approval of the Contracting Officer.

7. Section H.1, paragraph a., is completed to read as follows:

Key Personnel

a. The following individuals are considered to be essential to the successful performance of the work hereunder.

Dr. Armand Lakner Dr. A. M. Khan Dr. William Martin Mr. John Wheatley Mr. Stanley Bohn"

, 8.Section I, FAR clause 52.216-19. The. insert in paragraph (b)(2) is -

l changed to read "$326,290" in lieu of "$225,000" as shown.

ht o

e -

s m. . .a si.Ac; i:. A HA n o u.u,e si SOLICITATION, OFFER AND AWARD "^ " "'

k""'"""

uuGt H awM ti: cf H a*cl t

2. COref etACI NO. 3. sOLeCe1 Af SON NO.

'I I PACC5

e. T YPE OF sOcaceT A TION b. OAl t. 855uC D 6. a cous si t iorgfs,y ace A5c StAL(DDID(IFBI "U*

RS-NRR-87-028 0 accoATED inFPI 3-6-87

1. 55vc C ov conc g NRR-87-028 o AoCacss On c a TO tuo.hu ehen lum a U.S. Nuclear Regulatory COmission Division of Contracts, AR2223 Handcarried offers which includes " Express Mail <

@stlingtons DC 20555 or delivery by a comercial delivery service '

must be d.elivered to the address in Block 9 NOTE: la sealed b.d sof. citations "of fee" and "of fes or" mean "b.d" and " bidder" SOLICITATION .

9. Sealed offers en MM ,

g for furnishing the supplies or services in the Schedule witi be rece.wd at the place specified .a liem 8 'oS '

aadcanieo..n ihe de.osii.,r iocaied .n.Em._S23, 4550_Hontgomer,y henne 2nd Fl.,.Bethesda Maryland 20814 ____ _ unii: '220prw>cas s

""*' i;,~ 3-13-87 ' '"'

CAUTION - t A Tf Subm ssions. Mod f. cations.and withorawals See Sec t.ori L. Proves.on No 52 2 84 7 or 52 2151 condelions consawings en th,s snt.c gag.on

""#" "U" "

10. FOR INFORM ATION "#'" *** # "

CAte Barbara Meehan (3011 492-4733

11. TABLE OF CONTENTS f/llSEC. l OESCRIPTION lPAGE(S) f/ll SCC l DCSCRIPTION lPAGE(5)

PA A r e - THE SCHE DULE Pant es - CONTR ACT CLAUSES

, _X A A

SOLICIT ATION/ CONTRACT FORM l yl 1 l CONTR ACT CLAUSES - h B

SUPPLIES OR SERVICES AND PRICES / COSTS 2 PART lie - LIST OF DOCUGAENTs. EkHsBITS ANO OTHER ATT ACH.

X C OCSCRIPTION/ SPECS / WOR K STATEMENT 2 XlJ l LIST OF ATTACHMENTS X D h1 PACKAGING AND MARKING 4 PART BV - REPRC$ENT ATIONS AND INST AUCTIONS X E INSPECTION AND ACCEPTANCE 4 X F REPRESENTATIONS.CERTIFICAT ONS AND DELIVE RIES OR PERFORMANCE 4 ' THER O STATEMENTS OF 0FFER6: RS -

22 X G CONTRACT ADMINISTRATION DATA 6 X L INSTRS CONDS., AND NOTICES TO OF FC RORS 28 X H SPECIAL CONTRACT REOUIREMENTS 12 M EVAWATION F ACTORS FOR AWARD n/a O F F E R (Must be fully completed by afletor)

NOTE: f tem 12 coes noi apply if the sos. citation saciudes the provis.ons at $2.21416. M.nimum Bed Acceptance Period.

,, 12. In compt.ance w,sh the above, the undersigned agrees, if this et fer is accepeed within calendar days (60 estender days enirse e dit/crent Period,is enseefed by the offeror) from the date for receipt of of fers specifeed above, to furnish a y or all stems upon Whech orsces are of fered at the prece sei opposite each esem,defiwred at the designated pointist, within the time specif sed in the schedule.

13 08SCOUNT TOR PROMPT PAYMENT lC#"" #"U^** #U'#'#"U^"U^** 3*'^ "U^"U^** C#"" ^" ***

tsee sectoon s.coe .e no si nu e, W 3,o y o,5 oj, -o. g q, 14 ACKNOWLt DGMCNT Or Aur.NOMCNTS AMC NDMENT NO DATL AMLNDMCNT NO DATC iThe offerov erknou*ledars receopt olemand- '

ments to the 50LICITA TION far offerers and resered der.,-ent. o msered and doord- -

i 3 A. NAMc COOc [ 09-280-8094 r ACsuTv l t 8 + g,"c ,^,g ' ',',',,C,g, C " 5 o " ^ v ' " "'2C ' 5'G "

A r40 ADOaEss Viking Systems International .

121 N. Highland Avenue - Suite 203 Jack Saluja - President

< Jittsburgh, PA 15206-134. I E L E PHONf NO. tinrduda erre i$c (3ercy, gr RIMIT T ANC( ADOnCSS 17. 5 s G N {Un j a. Or # E H OA f f k4Y2) '163-7777 0 0, 0 = nn S T SC " = tVi-'"""

  • 3/16/1987 AWARD (To be completed by GovernmentY
  • 4 9 ACCCPILO AS 10 s itus Nuuot nt O 20. AMOute t 2 3. ACCot.fN YiteG AN D APDHOrn s Al sord 2L QTHoHei v e OH UbeNG blitt H T HAN f Ut.t ANDGP N C OMPL t I-10 U S C. 2304 tc)t n 23 S*.JbMil INvOsCL S 10 Acont SS SHowN IN 0 41 u S C ?'ittelt > 44 enonen untene otherum .swe o/waro
24. ADMINIST EHCO tsv st/ other then frem 18 2 3. PA YMEN T WILL O C M ADE OY COOr l -

coot l ,

76. NAML of CON i n AC r er.G or r sC L sa ty ype or pre =#A 2e Awa@ DA'C 2/. UNITEO STATES OF AMERICA t$neneture of Contreetene Ultwert IMPORTANT - Aaerd will tse made on th.s Form. or on Standard Form 26. or tsy other authorised of ficief written notice.

N5N 7540 01-1$2-4064 6~% E ve;uB GPRam cmg?fe;yywn 33 3 S STANDARO FORM

  • 33 :ni v. e.nu

, RS-NRR-87-028 Page 2 Section B - Supplies or Services and Prices / Costs i

B.1 Brief Description of Work

a. Contractor shall provide technical assistance to the NRC, Office of Nuclear Reactor Regulation (NRR), by conducting independent reviews and evaluations _of assigned plant specific licensing actions.
b. Orders will be issued for work required by the NRC in accordance
with 52.216 Ordering (APR 1984). The NRC reserves the right to '

withdraw a proposed order at any time prior to its fonnal award.

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 task orders issued hereunder. During the life of this contract, the Government shall place orders totaling a minimum of $100,000. The Contractor shall perform, when and if c> ordered, services specified in individual task orders placed during the life of this contract up to and including a total cumulative amount of $225,000.

B.2 Consideration and Obligation ,

a. The total estimated amount of this contract (ceiling) for the products / services ordered, delivered, and accepted under this contract is * . The Contracting Officer may unilaterally increase this amount as necessary for completion of orders 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 obligated with respect to this contract is $

. The Contracting Officer or other individuals specifically i authorized under this contract may issue orders for work up to amount presently obligated. 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 ceiling as specified in paragraph a 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 obligation amount specified above is done so at the Contrac'or's t sole risk.

c. 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 frovisions pf

, 52.232 Limitation ~'~of Cost (APR 1984) for fully funded task orders and 52.232-22 -

Limitation of Funds (APR 1984) for incrementally funded task orders, issued hereunder.

  • To be incorporated into any resultant contract.

Section C - -1)escription/ Specifications / Work Statement

RS-NRR-87-028

~Page 3 C.1 Statement of Work C.I.1 Background Nuclear power plants typically have technical issues which require resolution in order for operation to continue. These technical issues are most often related to determining, by technical review, that the licensee is in compliance with applicable rules and regulations -

involving operational problems, issues identified at the plant sites, topics that evolve from new infonnation generated in research, internal U.S. Nuclear Regulatory Connission (NRC) staff reviews of the reactor safety issues, and actions initiated by the licensee for economy or for improving plant efficiency. Since the cost of delays to the applicant can exceed a million dollars per day and because the NRC is responsible to assure public safety by determining that the plant is built and operated in strict conformance with applicable rules and regulations, it is mandatory that all technical reviews requisite to continued operation

. be conducted thoroughly and efficiently using the best ' engineering and management methods. The capabilities needed to accomplish these reviews include engineering and project management expertise in the areas of electrical, instrumentation and control, reactor systems, metallurgy, welding, seismic, stress and structural analysis, chemistry ,and radiochemistry, health physics, radiation and neutrone physics, radiological effluent and waste management, and nondestructive examination. In addition, expertise may be required in other related fields including operational problems, resolution of allegations, reliability analysis and review of administrative documents.

C.I.2 Objective The objective of this Statement of Work is to provide technical assistance to the NRC, Office of Nuclear Reactor Regulation (NRR), by conducting independent reviews and evaluations of assigned plant specific licensing actions.

C.I.3 Work Requirements During the period of perfonnance of this contract it is anticipated that a number of new plant specific licensing actions will be identified for assignment to the contractor to develop input to the resolution. These actions will be similar in nature to those described in Task Order #1 and Task Order #2 (see attachment 7 and 8) and will requi-e a limited level of effort for completion.

These licensing actions vill be assigned to the contractor by the Contracting Officer in writing. Costs and schedules will be negotiated and work will initiate upon direction by the Contracting Officer. Each action will result in a written evaluation in the form of a Technical l

Evaluation Report. Review status, and costs will De raported as prescribed in Section F.

l l

  • RS-NRR-87-028 Page 4 C.2 Travel
a. All domestic travel requires the prior approval of the Project Officer.
b. All foreign travel must be approved in advance by the NRC on HRC Form 445 and shall be in compliance with 52.247-63 Preference For tl.S. Flag Air Carriers (APR 1984). '-

Section D - Packaging and Marking D.1 Packaging and Marking When Delivering a Product The Contractor shall package raterial for shipment to the NRC in such a manner that will insure acceptance by common carrier and safe delivery at destination. Containers and closures shall comply with the Interstate Comerce 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.

Section E - Inspection and Acceptance f E.1 Place of Inspection and Acceptance Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the Project Officer at the destination.

Section F - Deliveries and Performance F.1 Peports, Documentation and Other Deliverable End Items All technical reports required by Section C and all Technical Progress Reports required by Section F are to be prepared in accordance with the attached NRC Manual Chapter 3202. NRC Manual Chapter 3202 is not 4 applicable to the Spending Plan and the Financial Status Report.

F.2 Technical Progress Report The Contractor shall provide a monthly Technical Progress Report to the Project Officer and the Contracting Officer. The report is due within 15 calendar days af ter the end of the report period and shall identify the title of the project, the contract number, prnject manager and/or principal investigator, the contract period of performance, 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; -

, , ,- - - - - - - . . - - - - . - , - - - - -w--- ,-

RS-NRR-87-028-Page 5 4

b.. Any problems or delays encountered or- anticipated and i reconnendations for resolution; (if'the recommended resolution l involves a contract modification, e.g., change in work requirements, l level of effort (cost) or schedule delay, the Contractor shall. '

submit a separate letter to the Contracting Officer identifying the required change and estimated cost impact).

c. A susunary of progress to date; and
d. Plans for the next reporting period.
  • F.3 Financial Status Report (See Attachment 6)

The Contractor shall provide a monthly Financial Status Report to the Project Officer and 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

  • principal investigator, the contract period of performance, and the period covered by the report. Each report shall include the following for each discrete task:
a. Provide the total estimated cost (value) of the project as reflected in the contract, the amount of funds available in the cd'ntract to date, and the . balance of funds required to complete the work as follows:
1) Total Estimated Contract Amount.

I

2) Total Funds Obligated To Date.
3) Total Costs Incurred This Reporting Period.
4) Total Costs Incurred To date.
5) Balance of Obligations Remaining.
6) Balance of Funds Required To Complete Contract.

i  ?) Direct Staff Effort -

l

b. Detail of all direct and indirect costs incurred during the '

reporting period for each task.

4

c. Update of the approved Spending Plan (as applicable).

F.4 Place of Delivery.

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

a. Project Officer (4 copies)

U.S. Nuclear Regulatory Connission Contract Number:

  • l Office of * -

Division of *

  • Mail Stop: *

) Washington, D.C. 20555

. RS-NRR-87-028 Page 6

b. . Contracting Officer (1 copy)

U.S. Nuclear Regulatory Commission Contract Number:

  • Office of Administration Division of Contracts Contract Administration Branch

~~-

Nail Stop: AR-2223 Washington, D.C. 20555

  • To be incorporated into any resultant contract.

F.5 Duration of Contract Period The . ordering period for this contract shall commence on the effective date reflected in block 3 of the SF 26 and will expire 36 months thereafter. Any orders issued during this period shall be completed o within the time specified in the order, unless othdrwise specified herein. (See 52.216 Ordering (APR 1984)).

F.6 FAR Citations Section G - Contract Administration Data /

G.1 Indirect Rates

a. Pending the establishment of final indirect rates which shall be negotiated based on audit of actual costs, the Contractor shall be reimbursed for allowable indirect costs as follows:

Category Rate (%) Cost Base Applicable Period Overhead Fringe Benefits .

G&A Other: -

b. The Contracting Officer may adjust the above rates as appropriate during the term of the contract upon acceptance of any revisions proposed by the Contractor. It is the Contractor's responsibility to notify the Contracting Officer in accordance with 52.232 Limitation of Cost ((APR 1984) or 52.232 Limitation of Funds (APR 1984), as applicable, if such change (s) affect (s) performance of work within the established cost or funding limitations.

G.2 Project Officer Authorit'y

a. The Contracting Officer's authorized representative hereinafter referred to as the Project Officer for this contract 1s: ,

Name: * '.

Address: * ,

Telephone Number: *

- - -~ , , . m -,,- --. ,,y-. , , _ - - _ , . - - , , , ,, , , _ - _ . - - - - . ,--.. .-,- , , . , . . ,-r -- -

I l

. l 4 4 RS-NRR-87-028

)

Page 7  !

i l

b. Performance of the work under this contract shall be subject to the technical direction of the NRC Project Officer. The tem " Technical Direction" is defined to include the following:
1) Technical direction to the Contractor which shifts work emphasis between areas of work or tasks, fills in details or otherwise serves to accomplish the contractual statement of work.
2) Providing advice and guidance to the Contractor in the preparation of drawings, specifications or technical portions of the work description.
3) Review and, where required by the contract, approval of technical reports, drawings, specifications and technical information to be delivered by the Contractor to the Government under the contract,
c. Technical direction must be within the general statement of work o stated in the contract. The Project Officer does not have the authority to and may not issue any technical direction which:
1) Constitutes an assignment of additional work outside the general scope of the contract, f
2) Constitutes a change as defined in the " Changes" clause of this contract.
3) In any way causes an increase or decrease in the total estimated contract cost, the fixed fee, if any, or the time required for contract perfomance.
4) Changes any of the expressed tems, conditions or specifications of the contract. ,
5) Terminates the contract or settles any claim or dispute arising under the contract, or issue any unilateral directive whatever,
d. All technical directions shall be iss'ued in writing by the Project Officer or shall be confirmed by such person in writing within ten (10) working days after verbal issuance. A copy of said written direction shall be submitted to the Contracting Officer.
e. The Contractor shall proceed promptly with the performance of technical directions duly issued by the Project Officer in the manner prescribed by this clause and within such person's authority under the provisions of this clause.
f. If, in the opinion of the Contractor, any instruction or direction issued by the Project Officer is within one of the categories as defined in c above, the Contractor shall not proceed but shh)1 notify the Contracting Officer in writing within five (5) working days after the receipt of any
  • such instruction or direction and shall request the Contracting Officer to modify the~ contract

. RS-NRR-87-028 Page 8

-accordingly. Upon receiving such notification from the Contractor, the Contracting Officer shall issue an appropriate contract modification or advise the Contractor in writing that, in the Contracting Officer's opinion, the technical direction is within the scope of this article and does not constitute a change under the Changes Clause.

g. Any unauthorized cornmitment or direction issued by the Project . . -

Officer may result in an unnecessary delay in the Contractor's performance, and may even result in the Contractor expending funds for unallowable costs under the contract.

h. A failure of the parties to agree upon the nature of the , instruction or direction or upon the contract action to be taken with respect thereto shall be subject to 52.233 Disputes (ApR 1984).
1. In addition to providing technical direction as defined above, the o Pro,iect Officer is responsible for: .
1) Monitoring the Contractor's technical progress, including surveillance and assessment of performance, and recommending to the Contracting Officer changes in requirerrents.
2) Assisting the Contractor in the resolution of technicfl1 problems encountered during performance.
3) Reviewing all costs requested for reimbursement by Contractor and submitting to the Contracting Officer recommendations for 8

approval, disapproval, or suspension for supplies ano services required under this contract.

  • To be incorporated intn any resultant centract.

fa. 3 Travel Reimbursement

a. Total expenditure for domestic travel shall not exceed $
  • without the prior approval of the Contracting Officer.
b. The Contractor will be reimbursed for reasonable domestic travel costs incurred directly and specifically in the performance of this contract. The cost limitations for travel costs are determined by the Federal Travel Pegulations that are in effect on the date of the trip. These Regulations specify the daily maximum per diem rates for specific localities within the Conterminous United States (CONUS), the standard CONUS rate, the allowance for meals and incidental expenses (MI,lE), the cost of travel by privately owned automobile, and the items which require receipts. The Contractor can obtain the Regulations from the Superintendent of Documents, Government Printing Office Washington, DC 20402. -
c. When the Government changes the Federal Travel Regulations, it *is the responsibility of the Contractor to notify the Contracting Officer in accordance with the Limitation of Cost clause of this contract if the Contractor will be unable to make all of the approved trips and remain within the cost and fee limitations of this contract.

RS-NRR-87-028

, Page 9

d. The rates for any NRC approved foreign travel under this contract are established by the U. S. Department of State and are listed in a publication entitled " Maximum Travel Per Diem Allowances For Foreign Areas". Copies of this publication may be obtained from U. S.

Government Printing Office, Washington .D.C. 20402 To be incorporated into any resultant contract.

G.4 Nethod of Payment

a. Payment under this contract will be made by wire transfer through the Treasury Financial Communications System for each individual payment in excess of $25,000 and by Treasury check for each individual payment of $25,000 or less.
b. In the event that the Contractor's financial institution has access to the Federal Reserve Communications System, the Contractnr shall forward the following information in writing to 'the Contracting

.. Officer within seven days after the effective date of the contract.

1) Name and address of organization.
2) Contact person and telephone number. f
3) Name and address of financial institution.
4) Contractor's Financial institution's 9-digit ABA identifying number for routing transfer of funds.
5) Telegraphic abbreviation of Contractor's financial institution.
6) Account number at Contractor's financial institution.
7) Signature and title of person supplying this information.
c. In the event the Contractor's financial institution does not have access to the Federal Reserve Consnunications System, the Contractor shall forward the following info'rmation with regard to a correspondent or alternate financial institution. The information shall be in writing and submitted to the Contracting Officer within seven days af ter the effective date of the contract.
1) Name and address of organization.
2) Contact person a'nd telephone number.

, 3) Name and address of financial institution.

4) Telegraphic abbreviation of Contractor's financial institutio,n.
5) Account number at Contractor's financial institution.

. 6) Name and address of the correspondent financial institution that has access to the Federal Reserve Comunications System.

m-~n, , -- - - , . - -

v--. m - ----

~*

RS-NRR-87-028 Page 10

7) Correspondent financial institution 9-digit ABA identifying number for routing transfer of funds.
8) Telegraphic abbreviation of correspondent financial institution.
9) Signature and title of person supplying this infomation.
d. Any changes to the information furnished under this clause shall be .

furnished to the Contracting Officer in writing. It is the Contractor's responsibility to furnish these changes pron 1ptly to avoid payments to erroneous bank accounts.

G.5 Payment Due Date ,

a. Payments under this contract will be due 30 calendar days after the later of:

0 1) The date of actual receipt of a proper invoice in accordance with the attached " Billing Instructions", or

2) The date the final deliverable product / service is accepted by the Government.
b. For the purpose of determining the due date for payment Ind for no other purpose, acceptance will be deemed to occur 30 calendar days after the date of delivery of the final deliverable product / service performed in accordance with the terms of the contract.
c. If the final product / service is rejected for failure to conform to the technical requirements of the contract, the provisions in paragraph b of this clause will apply to the new delivery nf the final product / service.
d. The date of payment by wire transfer through the Treasury Financial Communications System shall be considered the date payment is made .

for individual payments exceeding $25,000. The date a check is issued shall be considered the date payment is made for individual payments of $25,000 or less.

  • G.6 Interest on Overdue Payments
a. The Prompt Payment Act, Public Law 97-177 (95 STAT. 85, 31 USC 1801) is applicable to paynent of the expiration invoice under this contract and requires the payment of interest to Contractors on overdue payments of the expiration invoice or improperly taken discounts.
b. Determinations of interest due will be made in accordance with the provisions of the Prompt Payment Act and Office of Management and Budget Circular A-125 Vol. 47 Federal Register 37321, August 2,5, 1982. Among other considerations, OMB Circular A-125 provides that:

4 RS-NRR-87-028 Page 11

1) Interest penalties are not required when payment is delayed because of a disagreement over the amount of payment or other issues concerning coripliance with the terms of the contract.
2) Whenever a proper invoice is paid after the due date plus 15 days, interest will be included with the payment at the interest rate applicable on the payment date. Interest will be computed from the day after the due date through the payment date. --
c. For purposes of this clause, an expiration invoice is defined as a claim submitted for costs incurred for performance through the expiration date of a Cost Type contract.

~

G.7 Remittance Address If item 15c. of the Standard Form 33 has been checked, enter the remittance address below.

Name:

Address:

/

G.8 Task Order Procedures

a. Task Order Request for Proposal When a requirement within the scope of work for this contract is identified, the Contracting Officer will transmit to the Contracter a Task Order Request for Preposal 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) Estimated 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 information, 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 I method of approach to meet the objective of the order. l

.. RS-NRR-87-028 Page 12 l- 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. .

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

2) Cost Proposal The Contractor's cost proposal for each Task Order shall be
o.

prepared using the Standard Form 1411, Contract Pricing Propnsal e

cover sheet. A copy of the fem and instructions are attached to this contract. Each Task Order cost proposal shall be fully F supported by cost and pricing data adequate to establish the reasonableness of the proposed amounts.

  • When the Cofitractor's estimated cost for the proposed Task Order exceeds $100,000 and

, the period of performance exceeds 6 months, the Contractor is

'l required to submit a Spending Plan as part of its cost proposal.

'j Guidance for completing the Spending Plan will be provided with the Task Order Request for Proposal.

II,, .

c. Task Order Award The Contractor shall perform all work described in definitized Task i

Orders issued by the Contracting Officer. Definitized Task Orders

.[ will include the following:

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

n ') Reporting Requirements.

3) Period of Perfomance.

4 Key Personnel.

5 Applicable Special Provisions.

6 Total Task Order amount.

Section H - Special Contract Requirements H.1 Key Personnel .

a. The following individuals are considered to be essential to the

, successful performance of the work hereunder.

  • i The Contractor agrees that such personnel shall not be removed from the contract work or replaced without compliance with paragraphs b and c hereof.

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

\

t RS-NRR-87-028 Page 13 b.

If one or trore of the key personnel for whatever reason becomes, or is expected to become, unavailable for work under this contract for a continuous period exceeding 30 work days, or is eFpected to devote substantially less effort to the work than indicated in the proposal or initially anticipated, the Centractor shall immediately notify the Contracting Officer and shall, subject to the concurrence of the Contracting Officer, promptly replace such personnel with personnel '"'

of at least substantially equal ability and cualifications.

c. All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitutions. They must contain a complete resume for the proposed substitute, and other information requested by the Contracting Officer to approve or disapprove the proposed substitution. The Contracting Officer will evaluate such requests and promptly notify the Contractor of his/her

'o approval or disapproval thereof 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 offproductive effort would be so substantial as to impair the successful completion of the contract or the service order, the contract chy be terminated by the Contracting Officer for default or for the convenience of the Governnent, as appropriate, or, at the discretion of the Contracting Officer if he/she finds the Contractor at fault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate the Gnvernment for any resultant delay, loss or damage.
  • To be incorporated into any resultant contract H.2 Dissemination of Ccntract Information The Contractor shall comply with the requirement of NRC Manual Chapters 3202 and 3206 regarding publication or dissemination to the public of any information, oral or written, concerning the work performed under this contract. Failure to comply with this clause shall be grounds for termination of this contract.

H.3 Private Use of Cnntract Information and Data Except as specifically authorized by this contract, or as otherwise approved by the Contracting Officer, information and other data developed or acquired by or furnished the Contractor in the performance of this contract, shall be used only in connection with the work under this contract. -

e

._..e. -. ...m

.. w -.

-= * * * -.we . , . - - . . . . - . .

RS-NRR-87-028 Page 14 H.4 Drawings, Designs, and Specifications All drawings, sketches, designs, design data, specifications, notebooks, technical and scientific data, and all photographs, negatives, reports, findings, recommendations, data and memoranda of every description relating thereto, as well as all copies of the foregning relating to the work or any part thereto, shall be subject to inspection by the ' ~ '

Comission at all reasonable times (for which inspection the proper facilities shall be afforded the Comission by the Contractor and its subcontractors), shall be the property of the Government and may be used by the Government for any purpose whatsoever. without any claim on the part of the Contractor and its subcontractors and vendors for additional compensation and shall, subject to the right of the Contractor to retain a copy of said material for its own use, be delivered to the Government, or otherwise disposed of by the Contractor either as the Contracting Officer may from time to time direct during the progress of the work or in any event as the Contracting Officer shall direct upon completion or o termination of this contract. The Contractor's right of retention and use shall be subject to the security, patent, and use of infomation provisions, if any, of this contract.

H.S Contractor Organizational Conflicts of Interest * (0MB Clearapce Number 3150-0112)

a. Purpose.

The primary purpose of this clause is to aid in ensuring that the Contractor:

.' 1) Is not placed on a conflicting role because of current or planned interest (financial, contractual, organizational, or otherwise) which relate to the work under this contract, end

2) Does not obtain an unfair ccmpetitive advantage over other parties by virtue of its performhnce of this contract.
b. Scope. The restrictions described herein shall apply to performance or participation by the Contractor as defined in 41 CFR 620-1.5402(f) in the activities covered by this clause,
c. Work for Others. Notwithstanding any other provision of this contract, during the tem of this contract, the Contractor agrees to forgo entering into consulting or other contractual a rranger'ents with any firm or organization, the result of which may give rise to a conflict of interest with respect to the work being performed under this contract. The Contractor shall ensure that all employees who are employed full time under this contract and employees designated as key personnel, if any, under this contract abide by the provision of this clause. If the Contractor believes with respect to itself or any such employee that any proposed consultant or other contractual arrangement with any firm or organization may involve a potential conflict of interest, the Contractor shall obtain the written approval of the Contracting Officer prior to execution of such contractual arrangement, t

< RS-NRR-87-028 Page 15

d. Disclosure after award.

1)

The Contractor warrants that to the best of its knowledge and belief and except as otherwise set forth in this contract, it does not have any organizational conflicts of interest, as defined in 41 CFR 20-1.5402(a).

2) The Contractor agrees that if after award it discovers organizational conflicts of interest'with respect. to this contract, it shall make an immediate and full disclosure in writing to the Contracting Officer. This statement shall include a description of the action which the Contractor has taken or prcposes to take to avoid or mitigate such conflicts.

The NRC may, however, terminate the contract for convenience if it deems such Government. temination to be in the best interests of the

e. Access to and use of infomation.

o

1) If the Contractor in the performance of this contract obtains access to information, such as NRC plans, policies, reports, studies, financial plans, internal data protected by +,he privacy Act of 1974 (Pub. L.93-579), or data which has not been released to the public, the Contractor agrees not to:

(i)Use such information for any private purpose until the information has been released to the public; i-(ii) Compete for work for the Commission based on such information for a period of six (6) months after either the completion of this contract or the release of such information to the public, whichever is first; i (iii) Submit an unsolicited proposal to the Government based .

on such information until one year af ter the release of such j information to the public, or (iv) Release the information without prior written approval by the Contracting Officer unless such infoma tion has previously been released to the public by the NRC.

2) In addition, the Contractor agrees that to the extent it receives or is given access to proprietary data, data protected by the Privacy Act of 1974 (pub. L.93-579), or other confidential or privileged technical, business, or financial information under this contract, the Contractor shall treat such information in accordance with restrictions placed on use of the infomation.
3. The Contractor shall have, subject to patent and securi
  • provisions of this contract. the right to use technical data it produces under this cor. tract for private purposes provided that all requirements of this contract have been met.
f. Subcontracts. Except as provided in 41 CFR 20-1.5402(h), .the Contractor shall include this clause, including this paragraph, in

eJW .

.. ~ .

s 4

+. . . RS-NRR-87-028 Page 16 subcontracts of any tier. The terms " contract " " Contractor," and

" Contracting the Governmen Officer," shall be appropriately modified to preserve t's rights.

9 Remedies. For breach of any of the above prescriptions or for intentional nondisclosure or misrepresentation of any relevant-interest required to be disclosed concerning this contract or for * * ~

such erroneous representations as necessarily imply bad faith, the Government may terminate the contract for default, disqualify the Contractor - from subsequent contractual efforts, and pursue other remedies as may be permitted by law or this contract.

h. Waiver.

A request for waiver under this clause shall be' directed in writing through the Contracting Officer to the Executive Director for Operations (EDO) in accordance with the procedures outlined in (20-1.5411.

., H.6 Government Furnished Property / Materials a.

The NRC will provide the Contractor with the followiro items for use under this contract:

ITEM _ DESCRIPTION QUANTITY !ICHEDULE (To be specified under individual Task Orders. See Statement of Work for Government Furnished Material Applicable to Tsks 1 and 2) b.

Only the property / materials 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 property / material required in perfomance of the contract shall be furnished by the Contractor.

H.7 Proprietary Data and Confidential Information ,

In connection with the performance of the work under this contract, the Contractor (trade secrets may)be furnished, or may develop or acquire, proprietary data financial infomation,or confidential or privileged technical, business, or including Commission plans, policies, reports, financial plans, internal data protected by the Privacy Act of 1974 (P.L.93-579), or other infomation which has not been released to the public or has been detemined by the Comission to be otherwise exempt fron disclosure to the public. Contractor agrees to hold such information in confidence and not to directly or indirectly duplicate, disseminate, or disclose such intonnation in whole or in part to any other person or organization except as may he necessary to perfom the work under this contract. Contractor agrees to return such information to the Comissionor otherwise dispose of it either as thq, Contracting Officer may from time to time direct during th eprogress of the work b,r in any event as the Contracting Officer shall direct upon completion or termination of this contract. Failure to comply with this clause shall be grounds for termination of this contract.

(

RS-NRR-87-028 Page 17 PART II - CONTRACT CLAUSES _. ..

Section I - Contract Clauses 52.216-18 ORDERING. (APR 1984)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders by the individuals or activities designated in the Schedule. Such orders may be issued from effective date of contract through 36 months thereafter.

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

(c) If mailed, a delivery order is considered " issued" when the Government deposits the order in the mail. Orders may be issued orally or by written telecosaunications only if authorized in the Schedule.

(End of clause)

(R7-11011968JUN) o 52.216-19 DELIVERY-ORDER LIMITATIONS. (APR1984)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than N/A the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b)Maximumorder. The Contractor is not obligated to honor--

Any order for a single item in excess of N/A; Any order for a combination of items in excess of $225,000; or A series of orders from the same ordering office within N/A days that 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 (FAR)), the Government is riot required to order a part of any one reovirement' from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b)above.

(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceedin order (or orders)gisthe maximum returned to theorder limitations ordering office in paragraph within five days(b),after unless that 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.

(End of clause' (R7-1102.1(a)1965AUC)

R 7-1102.2 a R 7-1102.3 a O

RS-NRR-87-028 Page 18 52.219-11 SPECIAL8(a)CONTRACTCONDITIONS. (APR 1984) -

The Small Busir.ess Administration (SBA) agrees to the following:

(a) To furnish the supplies or services set forth in this contract according to the specifications and the tems and conditions hereof by subcontracting with an eligible concern pursuant to the provisions of section 8(a) of the Small Eusiness Act, as amended (15 U.S.C. 637(a)).

(b) That in the event SBA does not award a subcontract for all or a part of the work hereunder, this contract may be teminated either in whole or in part without cost to either party.

(c) Delegates to the U.S. Nuclear Regulatory Comission the responsibility for administering the subcontract to be awarded hereunder with complete authority to take any action on behalf of the Government under the tems and conditions of the subcontract; provided, however, that the U. S. Nuclear Regulatory Comission shall give advance notice to the SBA before it issues a final notice terminating the right of a subcontractor to proceed with further performance, either in whole or in part, under the subcontract for default or for the convenience of the Government.

(d) That payments to be made under any subcontract awarded under this

  • contract will be made directly to the subcontractor by the U.S. Nuclear Regulatory Comission.

(e) That the subcontractor awarded a subcontract hereunder shall have the right of appeal from decisions of the Contracting Officer cognizable under the

" Disputes" clause of said subcontract.

(Endofclause)

(AYFPR1-1.713-3(d)(1))

52.233-3 PROTESTAFTERAWARD(JUN1985)--AlternateI(JUN1985)

(a) Upon receipt of a notice of protest (as defined in 33.101 of the FAR) the Contracting Officer may, by written order to the Contractor, direct the Contractor to stop perfomance of the work called for by this contract. The order shall be specifkally identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage.

Upon receipt of the final decision in the protest, the Contracting Officer shall either--

(1)Cancelthestop-workorder;or (2) Teminate the work covered by the order as provided in the Termination clause of this contract.

(b) If a stop-work order issued under this clause is canceled either before or after a final decision in the protest, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule, the estimated cost, the fee, or a combination thereof, and in any other terms of the contract that may be affected, and the contract shall be modified, in writing, accordingly, if--

(1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor requests an adjustment within 30 days after the end of the period of work stoppage; provided, that if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the request at any time before final payment under this contract.

P

. ~

RS-NRR-87-028 Page 19 52.233-3 PROTEST AFTER AWARD (JUN 1985)--Alternate I (JUN 1 the Contracting Officer may, by written order to the Co

, direct the Contractor to stop performance of the work called for by this contract The order clause. shall he specifically identified as a stop-work order issued unqe .

its terms and take all reasonable steps to minimize t allocable to the work covered by the order during the period of wor Upon receipt of the final decision in the protest, the Contracting Officer either-- .

(1) Cancel the stop-work order; or (2) -

Terminate the work covered by the order as provided in the Termination clause of this contract.

or af ter a final decision in the protest, the Contracto o Contracting Officer shall make an equitable adjustment in theThe delivery sc the estimated cost, the fee, or a combination thereof, and in any other term ,

the contract writing, that may accordingly, if-- be affected, and the contract shall be modified, in (1) The stop-work order results in an increase in,the time required for part of this contract; andor in the Contractor's cost properly.allocable ,

to of the period of work stoppage; provided, that if the decides the facts ,iustify the action, the Contracting Officer may receive and act upon the request at any time before final payment under this contract.

is terminated for the convenience of the Government,(c) If a shall allow reasonable the terminatior, settlement. costs resulting from the stop-work order in arriving a is terminated for default,(d) If a stop-work order is not canceled and the w the Centracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting f affected by action taken under this clause. '

(EndofClause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (APR1984)

This contract incorporates the follcwing 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.

1. FEDERAL ACQUISITION REGULATION (46 CFR CHAPTER 1) CLAU Section E
  • Section F .

52.212-13 52.247-34 STOP-WORK ORDER.-- Alternate 1 (APR 1984)

F.O.B. DESTINATION. (APR 1984)

o RS-NRR-87-028 Page 20 Section I 52.202-1 DEFINITIONS. (APR1984) 52.203-1

~ ~'

52.203-3 0FFICIALS NOT TO BENEFITc (APR-1984) ~

GRATUITIES. (APR 1984) 52.203-5 52.215-1 COVENANT AGAINST CONTINGENT FEES. (APR1984) . , . .

52.215-2 EXAMINATION OF RECORDS BY COMPTROLLER(APR1984) GENERAL.

AUDIT--NEGOTIATION. (APR 1984) 52.215-22 PRICE 1984)

REDUCTION FOR DEFECTIVE COST OR (APR PRICING DATA.

52.215-24 52.215-30 SUBCONTRACTOR COST OR PRICING DATA. (APR1985)

FACILITIES CAPITAL COST OF MONEY. (APR1984) 52.215-31 52.215-33 WAIVER OF FACILITIES CAPITAL COST OF MONEY. (APR1984)

ORDER OF PRECEDENCE. (JAN1986) 52.216-7 ALLOWA8LE COST AND PAYMENT.(APR1984) 52.216-8 FIXED FEE. (APR 1984) o 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMLL DISADVANTAGED BUSINESS CONCERNS.(JUN1985) 52.219-13 52.220-3 UTILIZATION OF WOMEN-0WNED SMALL BUSINESSES. (AUG1986) 52.222-3 UTILIZATION CONVICT LABOR. OF LABOR SURPLUS (APR 1984)

AREA CONCERNS. (APR1 52.222-26 EQUAL OPPORTUNITY.

(APR 1984) /

52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED Af40 YIETNAM ER VETERANS (APR 1984) 52.222-36

.--- 52. 223 AFFIRMATIVE CLEAN AIR AND WATER.

ACTION FOR HANDICAPPED _WORJERS_(APL19 -

52.227-1 (APR 1984)

AUTHORIZATION AND CONSENT. (APR 1984) 52.227-2 NOTICE AND ASSISTANCE, REGARDING PATENT AND COPYRIGHT INFRINGEMENT. (APR 1984) 52.228-7 INSURANCE LIABILITY TO THIRD PERSONS.

52.230-3 52.230-4 COST ACCOUNTING STANDARDS. (AUG 1986) (APP 1984) 52.230-5 ADMINISTRATION OF COST ' ACCOUNTING STANDARDS. (APR 1984)

DISCLOSURE (AUG 1986)

AND CONSISTENCY OF COST ACCOUNTING PRACTICE 52.232-17 INTEREST. (APR 1984) 52.232-20 LIMITATION OF COST. (APR1984) 52.232-22 LIMITATION OF FUNDS. (APR1984) 52.232-23 ASSIGNMENT OF CLAIMS.

52.233-1 (JAN 1986)

DISPUTES. (APR 1984) 52.242-1 NOTICE OF INTEhT TO DISALLOW COSTS.(APR1984) 52.243-2 CHANGES--COST-REIMBURSEMENT.

(APR 19E4)

(APR1984)--AlternateII.

52.244-2 SU8 CONTRACTS (C0ST-REIMBURSEMENT AND LETTER CONTRAC (JUL1985) 52.244-5 COMPETITION IN SUBCONTRACTING. (APR 1984) 52.245-5 GOVERNMENT PROPERTY (C0ST-REIMBURSEMENT, TIME-AND-MATERIAL, ORLABOR-HOURCONTRACTS). (JAN 1986) 52.246-25 LIMITATION OF LIABILITY--SERVICES. (APR 1984)

  • 52.249-6 52.249-14 TERMINATION (COST-REIMBURSEMENT). (MAY1986)

EXCUSABLE DELAYS. (APR 1984)

RS-NRR-87-028 Page 21 PART III - LIST OF DOCUMENTS, EXHIBITS. AND OTHER ATTACHMENTS Section J - List of Attachments J.1 Attachments Attachment Number Title 1 NRC Contractor Organizational Conflicts of Interest (41 CFRPart20) -

2 Billing Instructions 3 NRC Manual Chapter 3202 4 Standard Form 1411 with Instructions .

5 Spending Plan Instructions 6 Work Progress and Financial Status Reporting 7 Task Order 1 8 Task Order 2 9 Financial Status Report 1 /

1 i

e t

1

-_r m..--_--___ -..__,,___-.________,-_m__,,__-.,,.,~_,-_,__,ym_y .

w,,. ,,.._,,wn-_, , _ , _ ._--e

- .__r . . . - . . - - - - . , , - , - , ,

RS-NRR-87-028 Attachment 6 Financial Sta_tus Report - - ~~ ~

Provide the total direct staff use and the amount of funds expended icosted) ..

during the period and total comulative year to date in the following categories. -

'. Year Current to Month Date I. Director Staff Effort (months of charged effort) XX XX II. Direct Salaries $ XX $ XX Materials and Services XX XX (excludingADP)

ADP Support .

XX XX.

Subcontracts

  • XX ' XX -

Travel f XX XX Indirect Labor Cost XX XX Other (specify) XX XX General and Administrative Expense XX XX Total Costs S XX $ XX Percentage of available funds XX%

!!!. Funding Status:

Provide the prior year carryover, the current fiscal year funding level

  • as reflected in the proposal. funds received to date for the current fiscal year, and the balance of funding needed for the current fiscal year as follows:
  • Prior FY FY87 Projected FY87 Funds FY87 Funding Carryover runding Level Rec'd Date Bal. Needed 5 XX 3XX 3XX 5XX O

RS-NRR-87-028 fee Recovery Cost Status Section Pursuant to the provisions of NRC Regulation 10 CFR 170, provide the total amount of funds expended (costed) during the period and comulative todate for each task (e.g., by facility or report), and report them on a separate page as part of this report in the format on the following page: '

FIN: 0-1762 .

TITLE: Operating Reactor Plant Specific Reviews PERIOD:

Costs Facility Name/ Docket TAC per Comulative Cost

,o Report Title Period Number Number This Fiscal Year Nine Mile Pt 2 50410 62975 St. Lucie 2 50389 63126 (otherplantsasassigned) i NOTE: If there exists a task under this project that is relevant and common

  • to several other tasks and the effort is required in order to perfom the reviews, the costs of the comon effort must be prorated to each review to which applies.

Comon costs, i.e., fee-recoverable costs for services necessary for overall task perfomance that benefit all similar licensees within a single task, will be reported in the monthly letters status report as a single line item for each task and accured on a monthly basis. Comon costs include the l following: preparatory or startup efforts to interperet and reach agreement on methodology, approach, accpeptance criteria, regulatory position, or TER fomati efforts associated with the " lead plant" concept that might be involved during the first one or two plant reviews as estimated by the contractor; meetings / discussions involving the above efforts to provide orientation, background knowledge, or guidance at the effort applied to a category of facilities, e.g., reactor analyses or all BWR facilities. At task completion or the end of the fiscal year, whichever occurs first, comulative comonofcosts licensee by either are to be the following apportioned methods: by )the to (1 equally contractor to affected all licensee, or (2) in proportion to costs incurred during the apportioning period. The specific method will be detemined by the NRR Technical Assistance Project Manager.

O t

RS-NRR-87-028 Attachment 7

_ Task Order 1 Task 1: BISON A One-Dimensional Dynamic Analysis Code for BWRs Estimated Level of Effort: Seven Staff Months ~

A. Background '

The Reactor Systems Branch (RS8:06L) is responsible for the review of the methodology and qualification of codes used for the transient and accident analysis methods proposed by reactor vendors. Westinghouse has submitted a licensing Topical Report describing the theory, methodoloty and qualification of the BISON dynamic analysis code. The first applicationcode of this method is o (about mid-1988) projected to be the first reload for Nine Mile Point Unit 2

8. Objective The objective of this task is to assist the NRC in the reyiew of the patures of the BISON methodology and code qualification and the determination of the acceptability of the transient analysis methods.

C. Work Requirements The contractor shall perform the following tasks:

1.

Perform a review of b!cstinghouse Electric Corporation Licensing Topical Report, WCAP-1136 (proprietary) Volumes I and 2. "8ISON - A One-Dimensional Dynamic Analysis Code for Boiling Water Reactors" dated August 1986. The reviewBottom Peach will cover data,the computational programs and code qualification against

a. The review of Volume 1 of the Topical Report WCAP - 11236 will include the following: ,

(1) validity of the principal physical processes identified in Section 2 of WCAP-11236. Volume 1; (2) validity of the numerical solution schemes including model techniques; and (3) completeness of the l'ist of transients to be niodelled by using the BISON code.

2. Preparation of RAI and review of response *
a. Based on initial review, generate a list of questions to be sent t'o Westinghouse.

The questions should serve to clarify subjects or supply information in areas where Westinghouse has not given ' complete discussion. Due to th enature of the 8! SON code, a large number of ouestions may be generated by the contractor. These questions should be generated as early as possible to permit timely responses and additional calculations (if required) by the vendor.

1 RS-NRR-87-028 D. Meetings and Travel for planning purposes, one trip for one person may be required. This trip would staff and vendor representatives.be woe i discuss th etopical report in Bethesda, Maryland. The neeting would be held in the NRC offices E. .

Plants Affected and Schedule i 1. The TAC number for this project is 62975.

l the Westinghouse methodology if it is acceptable.Various BWR plants may use l 2. Schedules Task 1 - Complete within 60 days after authorization of the project Task 2.a - Complete within 65 days after authorization of the project Task 2.b - Complete within 30 days after receipt of vendor response F. Reporting Requirements

/

1.

Based on the reviews in the Substasks I and 2, prepare a draft TER discussing subject the review topical report.effort, findings, conclusion and identified in the The draft TER is to be submitted to the NRC Lead Engineer, with a ccpy to the NRC Project Mnager, within 30 af ter completion of Task 2 (Section C).

2.

Prepare a final TER incorporating the staff comments on the draft TER.

The final TER will be dillvered to the NRC Project Manager with four copies to the lead Engineer within 15 working days after receipt of all coninents.

The Foreword of th eTER will include the following sentence:

"The project was conducted under the directinn of NRC's Division of BWR Licensin Lainas; Branch

g. Director! R. M. Bernero, Assistant Director for BWR: Gus Chief for Reactor Systems: M. W. Hodges; Section Leader for Section B: L. E. Phillips; Project Manager; C. Polusny; and Lead Engineer: D. Katze.

t 3.

Work progress and finaccial status will be provided in a monthly business letter report, in accordance with the attachment to this 50W.

G.

NRC furnished Naterial The contractor will be furnished with one copy each of Volumes 1 and 2 of The Westinghouse Licensing Topical Report WCAP - 11236, " BISON:

Dynamic Analysis Code for UWRs " dated August 1986. One-Dimensional e

i

RS-NRR-87-028 Attachment 8 Task Order 2 Task 2: Integrated Leak Rate Test - St. Lucie f ,. ,

Estimated Level of Effort: 2.5 Staff Months A. Background , i The Engineering related to containment Branch leak rate of DPLB testing.is responsible for reviewing license These tests are periodically conducted as per the requirements of 10 CFR Part 50, Appendix J to ass leakage through the primary containment and systems which pe containment does not exceed allowable leakage rate values as per technica specifications.

. o and serviceisolation life of containment. valves so that proper maintenance and r its integrated leak rate test (ILRT) for St. Lucie 2 Containment. Florida B. Objective ^

The objective of this task is to assist the NRC are satisfied.

. Lucie in the C. Work Requirements 1.

Perform a review of the ILRT report. Review the adequqcy of the test 1

who the test performed reliability. the tests, and other elements which mi

  • 2.

Review the test specifications results, evaluate them against Appendix .1 and technical requirements.

3.

Conduct a two day site visit to review the ILRT procedures to detennine if ompleted ILRT was performed in accordance with these procedures.

4 Prepare a Technical Evaluation Report (TER) which documents the test results, the test. analysis of the result, and conclusions about the adequacy of Estimated Completion - 60 fays after receipt of ILRT Report.

D. Meetings and Travel One trip person, to the plant site in Florida may be required lasting two days for one' '

e 4

a

- , - , , , - - . - , . - - . . - - - . . - - . - - - - r- - - - - ..-,..,w - - - - - . - - - - - -.,,,,---,,..,--,._-,w, -

r.

, ,; ,4. -

RS-NRR-87-028 E. Reporting Requirenents 1.

Lead Engineer within 2=35 days after initiation o .

2.

Work progress and financial status will be provided in a . monthly - -

business letter report in accordance with the attachment to the S0W F.

NRC Furnished Naterial -

any technical specification which are relevant.The Contractor w O

3;

)

E f

6 4

e 6

%