ML20217J246
| ML20217J246 | |
| Person / Time | |
|---|---|
| Issue date: | 04/23/1998 |
| From: | Kalmbach R, Meehan B NRC OFFICE OF ADMINISTRATION (ADM), SOUTHWEST RESEARCH INSTITUTE |
| To: | |
| References | |
| CON-FIN-J-5206, CON-NRC-02-97-009, CON-NRC-2-97-9 NUDOCS 9804300200 | |
| Download: ML20217J246 (9) | |
Text
i bcD AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT
\\# "'"^[7h'g *
"* ', 3} "
j o o ggo 2 AMENDMENTWOOlFICATION NO
- 3. EFFECTIVE DATE 4 REoutstTION/ PURCHASE REO NO s PROJECT NO (It opphcessen 118 4/7/98 NMS-97 009 4/1/98 j
t ADuiNisTERED ev in eine, then non, si s iSSutD ev CODE
- cgg, U.S. Nuclear Regulatory Connission Division of Contracts and Property Ngt.
Attn: T-7-1 2 Wzshington DC 20555 S NAME AND ADDRESS oF CONTRACTOR (No street, county, state and ZIP Code) og SA. AMENDMENT OF souCITATioN NO.
- 98. DATED (SEE ITEM 1 H Southwest Research Institute 6220 Cutebra Road, PC Drawer 28510 Sin Antonio TX 78228-0510 loa. MODIFICATION Or CoNTRACTORDER No.
Wesley C. Patrick, President, CNWRA 210 522 51$8 TIN # 74-1070544 ~~
_ _ Con # NRC-02-97 009 1o8 DATED (SEE ITEM 13 X
10-15-1987 lFACluTY CODE CODE
- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
] Tha (bove numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended, is not extended.
Offsrs must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(s) By completing items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment of each copy of the off sr submitted; or (c) By separate letter of telegram which includes a reference to the solicitation and amendment numbers. FAILURE Or YOUR AC-KNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telTgram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and dTte specified.
t2 ACCOUNTING AND APPROPRIATION DATA Of requered)
DeoblisaltL56 00fL61015J2200LJC:.15186 25 U 1XD200
- 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS, IT MODIFIES THE CONTRACT / ORDER NO. AS DESCRIBED IN ITEM 14.
i (1)
A THt$ CHANGE ORDE R 15 ISSufD PURSUANT To- (Specif y euttientyl THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER No IN ITEM 10A q
e THE AnoVE NUMBERED CONTRACT /ORDEft is MOOiFIED To REFLECT THE ADMINISTRATIVE CHANGES touch as changes in paying othee, appropnetson date, etc.)
SET FoRTH IN ITEM 14. PURSUANT To THE AUTHORITY oF F AR 43.103th).
1 C. THis SUPPLEMENT AL AGREEMENT is ENTERED INTo PURSUANT To AttrHORITY of:
D oTHER (Specify type of mod.ficehon and authontyl i
is not, @ is required to sign this document and return 2 copies to the issuing of fice.
E. IMPORTANT: Contractor 14 OtscrdPfloN OF AMENDMENTMoDIFICATION (Orgerered by UCF section handengs, including ochcitationtcontract sutyect mattee where fosseble.)
Please see attached.
l O/
t nept es p,owded he,ein. ein ie<ms and cond.i.ons of the document referenced in hem 9A or ica. as hevetofore changed. esme ns uncherigea and in tuli torce and ettert lea NAME AND TITLE oF CONTRACTING OFFICER (Type or pant) 1 f A NAME AND TITLE or s4GNER (Type ce pant) j Barbara D. Meehan yP
/p R. B. Kalmbach/ Director
~
Contracts e
16C. DATE slGNrD isc DATE sacNtD if@ UNITED ST ATEs of AMLHICA s
g ise CONTRACTowOFrtROR
~
l'0407-1998 4/23/98 ts. rem oi Coni.-i.
on.c.,1
<s,,,
of, on muino,
.d io ri STANDARD KMtM 30 IREV 10 83 9804300200 980423 PDR CONTR NRC-OR-57-OO9 PDR a
Description of Changes incorporated by Modification No.118 to NRC-02-97-009 Page 2 The purpose of this modification is to obligate funds to Job Code J3206, deobligate funds in Job Code J5186, correct a typographical error on page 5 of Attachment 11, add a ceiling amount for approved overtime on the contract, and to revise the billing instructions to require the contractor to provide the reason when billing for overtime (premium pay). Accordingly, the following changes are made:
Sections B.2.C.b. and d.are revised to show an additional obligation in the amount of $25,000 to Job Code J5206 and to deobligate $8,000 in Job Code J5186 as shown on attached change pages 5 and 6. 1 - Replace page 5 with the attached which corrects a typographical error in the j
spelling of the word "CNWRA".
1 Section I and Attachment 10 - Revise section I to delete the FAR overtime clause (52.222-2) from the list of clauses incorporated by reference and to add the clause, with a ceiling amount, to the full text clauses in section 1. Also, revise page 1 of attachment 10 to require the contractor to provide the reason when billing overtime on invoices. See attached changed pages 47 and 62a to the contract and page 1 to attachment 10 to the contract.
All other terms and conditions of this contract, including the ceiling amount for the second renewal period of $87,611,477.00, remain the same.
A summary of new obligations for the second renewal period of this contract is given below:
Job Code D1035 (HLW)
Total FY97 Obligation amount $445,000 (see Spent Fuel (CIS) below)
Total FY98 Obligation amount $10,773,270 Cumulative Total of NRC Obligations for JC 1035 (HLW) $11,218,270.
Job Code D1035 (Spent Fuel (ClS))
Total FY97 obligation amount $200,000 Total FY98 obligation amount $250,000 Cumulative Total of NRC Obligations for JC 1035 (SP CIS) $450,000.
Job Code J5164 (Tand Waste Remediation)
Total FY98 obligation amount $250,000 Cumulative Total of NRC Obligations for JC J5164 $250,000.
l t
i l
Description of Changes incorporated by Modification No.118 to NRC-02-97-009 Page 3 Job Code J5206 (Spent Fuel Dry Transfer)
Total FY97 obligation amount $25,000.
Total FY98 obligation amount $200,000.
l Cumulative Total of NRC Obligations for JC J5206 $225,000.
Job Code J5210 (Aluminum-Based Spent Fuels) l Total FY98 obligation amount $125,000.
Cumulative Total of NRC Obligations for JC J5210 $125,000 l
Job Code J5186 (TMI-2 Fuel Debris)
Total FY98 obligation amount $175,000.
Total FY98 deobligation amount $8,000.
l Cumulative Total of NRC Obligations for JC J5186 $167,000.
Job Code J5226 (Private Fuel Storage)
Total FY98 obligation amount $150,00 l
Cumulative Total of NRC Obligations for JC J5226 $150,000 This modification obligates $25,000 in new funds and deobligates $8,000.
l l
l I
NRC-02-97-009 Modification No.118 Page5
- e. Total amount authorized by Operations / Project Plans was as follows:
High-Level Waste Licensing Support System Job Code: D1035 Job Code: L1590 Amount: $ 44,662,918 Amount: $35,900 i
Research Waste Solidification Systems Job Code: B6666 Jobtode: L1793 Amount: $ 15,584,461.47 Amount: $642,391.87 l
Job Code: J5190 Amount: $39,900 l
Transportation Monitored Retrievable Storage Job Code: D1070 Job Code: L2516 Amount: $0 Amount: $20,459.70 Tank Waste Remediation Safety Review of TMI-2 l
l l
Job Code: J5164 Job Code: J5186 Amount: $772,035.00 Arnount: $158,290 l
Total amount authorized: $ 61,916,356.04 l
- f. The total award fee available; the award fee eamed thus far and l
the evaluation period applicable thereto were as follows:
Available Award Fee l
Evaluation Period Award Fee Earned 11 9/27/92-4/9/93
$309,465 259,951 12 4/10/93-9/24/93 347,645 316,673 13 9/25/93-9/30/94 709,894 668,010.43 14 10/1/94-9/29/95 817,617 793,088 15 9/30/95-9/27/96 665,948 645,970 16 9/28/96-9/26/97 556,736 528,899 Current Data i
C. Seotember 27.1997 - Seotember.27. 2002 l
The total estimated ceiling amount of this Cost-Plus-Award-Fee type contract for a.
the above mentioned period is $87,611,477.00.
b.
The amount presently obligated by the Government with respect to this contract for this period is $ 12,585,270. In addition, carryover funds in the amount of
$3,302,599.76 are available for use in this renewal period as indicated below.
The award fee pool will be as stated in the AFDP. The plan will reflect the actual award fee pool based on cumulative estimated costs for performance of approved l
Operations / Project Plans. The applicable base fee percentage is also described in the AFDP.
NRC-02-97-009 Modification No.118 Page 6
{
Evaluation of the award fee earned will be accomplished in accordance with the c.
then current AFDP (Attachment 11). Neither the determination as to the amount of fee available during a given period, the bmount of award fee earned, nor the determination of the criteria under which the subject award fee will be made, shall be subject to FAR Subpart 52.233-1, entitle < l, " Disputes".
i d.
Total funds currently obligated by Job Code (JC) are as follows:
High-LevelWaste Waste Solidification Systems
~
Job Code: D1035 Job Code: L1793 New Funds: $ 11,218,270 New Funds:
Carryover: $1,989,455.71 Carryover: $2,763.35 Total: $13,207,725.71 Total: $2,763.35 Tank Waste Remediation Waste Solidification Systems Job Code: J5164 Job Code: J5190 New Funds:
New Funds:
Carryover: $1,496,284.95 Carryover: $35,349.05 Total: $1,496,284.95 Total: $35,349.05 Spent Fuel (TMI-2 Fuel Debris)
Spent Fuel (Dry Transfer)
Job Code: J5186 Job Code: J5206 New Funds: $175,000 New Funds: $225,000 Deob.: $8,000 Carryover. $28,746.69 Carryover: $0 Total: $195,746.69 Total: $225,000 Aluminum-Based Spent Fuels Spent Fuel (CIS)
Job Code: J5210 Job Code: D1035 New Funds: $125,000 New Funds: $450,000 Total: $125,000 Total: $450,000 Spent Fuel (PFS)*
]
Job Code: J5226 New Funds: $150,000 Total: $150,000 Total New Funds Obligated for 2nd Renewal Period: $12,593,270 Funds Deobligated during 2nd Renewal Period:
8,000 Net Obligated:
$12,585,270
- PFS is subject to the license fee recovery provisions located elsewhere in this contract.
The TAC number for this project is L22462.
5 l 1 (Modification No.118)
{
l C.
Organization Structure for Award Fee Administration The following organizational structure is established for administering the award fee provisions of the contract.
1 1.
Fee Determination Official (FDO) a.
The FDO is the Director, NMSS, or his designee.
l b.
Primary FDO responsibilities are:
(1) Determining the award fee earned and payable for each evaluation period as addressed in Part D.
(2)
Changing the matters covered in this plan as addressed in Part E, as appropriate.
2.
Center Review Grouo (CRG)
(
The Chairman of the CRG is John J. Linehan, or his designee. The CRG consists of a.
l the following members:
l Margaret V. Federline Charles J. Haughney Sharon D. Mearse E. William Brach l
l Advisors: Deborah A. DeMarco l
Donald F. Hassell Barbara D. Meehan Evaluation Coordinator: Barbara Stiltenpole b.
The Chairman may recommend the appointment of non-voting members to assist the Grcup in perforrning its functions.
c.
The CRG will:
1
)
i j
(1)
Conduct ongoing evaluations and assessments of the CNWRA's overall performance and submit a Performance Evaluation Report (PER) to the FDO covering the Group's findings and recommendations for each evaluation period, as addressed in Part D.
(2)
Considering proposed changes in this plan and recommending those it determines appropriate for adoption by the FDO, as addressed in Part E, 3.
Performance Monitors (PM)
PMs are all Program Element Managers and the Senior Contract Specialist.
a.
b.
Each PM will be responsible for complying with the General Instructions for Performance Monitors, Attachment D-1, and any specific instructions of the CRG l
Chairman as addressed in Part D. Primary PM responsibilities are:
f L
NRC-02-97-009 Modification No.118
+
Page 47 PART 11 - CONTRACT Ct.AU,SES Section I-Contract Clauses 1.1 52.252 Cl.AUSES INCORPORATED BY REFERENCE. (APR 1984)
This contract incorporates the following 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.
I. FEDERAL ACQUISITION REGLILATION (48 CFR CHAPTER 1) CLAUSES Section E 52.246-5 INSPECTION OF SERVICES-COST REIMBURSEMENT.(APR 1984)
Section F 52.242-15 STOP-WORK ORDER-Alternate 1.
(AUG 1989)
Section 1 52-202-1 DEFINITIONS. (OCT 1995) 52.203-3 GRATUlTIES. (APR 1984) 52.203-5 COVENANT AGAINST CONTINGENT FEES. (APR 1984) 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT. (JUL 1985) 52.203-7 ANTI-KlCKBACK PROCEDURES. (OCT 1988) 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLI:. GAL OR IMPROPER ACTIVITY, (JAN 1996) 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS. (JAN 1990) 52.204-4 PRINTING / COPYING DOUBLE-SIDED ON RECYCLED PAPER (JUN 1996) 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT. (JUL 1995) 52.215-2 AUDIT AND RECORDS - NEGOTIATION ALTERNATE II. (JAN 1997) 52.215-22 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA.
(OCT 1995) 52.215-24 SUBCONTRACTOR COST OR PRICING DATA. (OCT 1995) 52.215-27 TERMINATION OF DEFINED BENEFIT PENSION PLANS. (MAR 96) 52.215-30 FACILITIES CAPITAL COST OF MONEY. (SEP 1987) 52.215-33 ORDER OF PRECEDENCE. (JAN 1986) 52.215-39 REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS OTHER THAN PENSIONS (PRB).
(MAR 1996) i 52.215-40 NOTIFICATION OF OWNERSHIP CHANGES (FEB 1995) 52.216-7 ALLOWABLE COST AND PAYMENT. (MAR 1997) 52.217-2 CANCELLATION UNDER MULTlYEAR CONTRACTS (JUL 1996) 52.219-8 UTILIZATION OF SMALL, SMALL DISADVANTAGED, AND WOMEN-OWNED BUSINESS CONCERNS. (OCT 1995) 52.219-9 SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED SMALL BUSINESS SUBCONTRACTING PLAN. ALTERNATE II (MAR 1996) 52.219-16 LlOUIDATED DAMAGES - SUBCONTRACTING PLAN (OCT 1995) 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES. (APR 1984) l
NRC-02-97-009
)
Modification No.118 l
Page 62a 1.10 52.222-2 PAYMENT FOR OVERTIME PREMlUMS (JUL 1990)
(a) The use of overtime is authorized under this contract if the overtime premium does not l
exceed $14,993 or the overtime premium is paid for work -
l (1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment, or occasional production bottlenecks of a l
L sporadic nature; (2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant protection, operation of l
utilities, or accounting; (3) To perform tests, industrial processes, laboratory procedures, loading or unloading i
of transportation conveyances, and operations in flight or afloat that are continuous in nature i
and cannot reasonably be interrupted or completed otherwise; or (4) That will result in lower overall costs to the Govemment.
(b) Any request for estimated overtime premiums that exceeds the amount specified above I
shall include all estimated overtime for contract completion and shall-l (1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime; (2) Demonstrate the effect that denial of the request will have on the contract delivery or l
performance schedule; (3) Identify the extent to which approval of overtime would affect the performance or payments in connactit.n with other Government contracts, together with identification of each l
affected contract; and l
(4) Provide 'easons why the required work cannot be performed by using multishift operations or by employing additional personel.
l I
i i
i
(
i
' 0 BILLING INSTRUCTIONS FOR COST-REIMBURSEMENT TYPE CONTRACTS General: The contractor shall prepare vouchers / invoices for reimbursement of costs in the manner and format described herein. FAILURE TO SUBMIT VOUCHERS / INVOICES IN ACCORDANCE WITH THESE INSTRUCTIONS WILL RESULT IN REJECTION OF THE VOUCHER / INVOICE AS IMPROPER.
Number of Cooies: An original and three ctfpies, including supporting documentation shall be submitted. A copy of all supporting documents must be attached to each copy of your voucher / invoice.' Failure to submit all the required copies will result in rejection of the voucher / invoice as improper.
Desianated Acency Billina Office: Vouchers / invoices shall be submitted to the following address:
U.S. Nuclear Regulatory Commission Division of Contracts - T7-12 Washington, DC 20555 HAND DELIVERY OF VOUCHERS / INVOICES IS DISCOURAGED AND WILL NOT EXPEDITE PROCESSING BY NRC. However, should you choose to deliver vouchers / invoices by hand, including delivery by any express mail services or special delivery services which use a courier or other person to deliver the voucher / invoice in person to the NRC, such vouchers / invoices must be addressed to the above Designated Agency Billing Office and will only be accepted at the following location:
U.S. Nuclear Regulatory Commission One White Flint North 11555 Rockville Pike - Mail Room Supporting documentation is not required to be submitted 2
with the invoices which are submitted every four weeks per agreement between NRC, SwRI, and DCAA with the exception of payment of overtime.
When payment is requested for overtime premium pay (within the ceiling specified in 52.222-2) the invoice shall be briefly annotated to indicate the reason for such costs.
All supporting documentation for other costs should be available at SwRI for inspection'by NRC and/or DCAA upon request.
In addition, periodically, certain supporting documentation may be requested by NRC for verification of invoiced amounts, l
l l
BILLING INSTRUCTIONS COST REIMBURSEMENT