ML20238C424

From kanterella
Jump to navigation Jump to search
Solicits Proposals for RFP RS-RES-83-025, Structural Integrity of LWR Boundary Components II
ML20238C424
Person / Time
Issue date: 09/01/1983
From: Morton K
NRC OFFICE OF ADMINISTRATION (ADM)
To:
AFFILIATION NOT ASSIGNED
Shared Package
ML20238C399 List:
References
FOIA-87-526 NUDOCS 8709100092
Download: ML20238C424 (76)


Text

. _ _ - _ _ _ _ - _ - - - -

(

/y*" "'4, o g UNITED STATES ya g NUCLEAR REGULATORY COMMISSION

%  ; *E WASHINGTON, D. C. 20555 m

1.. . . . ,6 September 1, 1983 Gentlemen:

Subject:

Request for Proposal No. RS-RES-83-025 Entitled: Structural Integrity of Light Water Reactor Boundary Components - II The U.S. Nuclear Regulatory Comission (NRC) is soliciting proposals for the project entitled above. The full scope of work anticipated' is as set forth in that part of the Request for Proposal entitled, " CONTRACT SCHEDULE - STATEMENT OF WORK."

It is our intention by this solicitation to secure the best qualified organiza-tion available to perform this project, cost and other factors considered.

If you desire to respond, your proposal should address the proposal content requirements set forth in the body of the solicitation. All proposals will be evaluated against the evaluation criteria shown in Part II. For your conven-ience, an "RFP Summary" has been provided as Enclosure A. Instructions for completing and submitting your proposal are provided in Enclosure B.

Should you determine that you do not wish to submit an offer, a "NO-0FFER RESPONSE FORM" is provided as Enclosure C.

The solicitation package is included as Enclosure D.

Your attention is directed to Part II, Paragraph 15 Technical Proposal Content, subparagraphs 6 through 12 which contain provisions relating to the use of Government Furnished Equipment (GFE) on a rent-free basis and the application of an equalization factor,for evaluation purposes, to the GFE which each bidder proposes to use.

If you have any questions concerning the requirements of this solicitation, please contact Mr. Paul Edgeworth at (301) 492-4294 (collect calls will not beaccepted).

Sincerely, kio o 1 Technical Contracts Branch Division of Contracts Office of Administration

Enclosures:

A. RFP Summary B. Proposal Submission Instructions C. NO-0FFER RESPONSE FORM D. Solicitation Package (Standard Form 33 with Attachments) 8709100092 870903 PDR FOIA LENZ87- E PDR

1 i

. e RFP SUMARY The following sunenary provides a general description'of this requirement.

Further detailed information is furnished in the applicable sections of the RFP.

RFP NO.: RS RES-83-025 RFP TITLE: Structural Integrity of Light Water Reactor Boundary Components,- II 8 BRIEF STATEMENT OF WORK: The contractor shall perform work consisting of the development of analytic methodologies, test procedures, and data bases for three areas: fracture criteria, environmentally asserted fatigue and fatigue crack growth, and radiation sensitivity and radiation damage recovery parameters, all ')

for nuclear pressure vessel and piping steels and welds.

RFP RESTRICTIONS:

D Unrestricted

$ Set-Aside Total Small Business - Labor Surplus Area Set-Aside Total Small Business Set-Aside Partial Small Business Set-Aside ISSUE DATE: September 1,1983 CLOSING DATE/ TIME: September 30, 1983 ESTIMATED LEVEL OF EFFORT: 40 nan-years l

PERIOD OF PERFORMANCE: 48 months l 7 PROPOSAL ACCEPTANCE PERIOD: 120 days ANTICIPATED AWARD DATE: November 1983 TYPE OF CONTRACT ANTICIPATED: Cost-Plus-Fixed-Fee Contract SECURITY REQUIREMENTS: None .

PRE-PROPOSAL CONFERENCE: Nont TELEGRAPHIC RESPONSES AP.E NOT AUTHORIZED.

ENCLOSURE A

l

, o i PROPOSAL SUBMISSION INSTRUCTIONS The following instructions are provided as a sunrnary guide to assist the offeror in the submission of a proposal but they do not supersede those instructions  ;

contained in the solicitation package. The instructions contained throughout the " solicitation package" (Enclosure D to the cover letter) shall govern in all instances where a contradiction exists.

DOCUMENTS REQUIRED IN PROPOSAL

-- One (1) original signed copy of the solicitation package, i.e., Standard Form 33 with attachments.

-- One (1) original and six (6) copies each of the Technical and Cost Proposals.

OFFER 0R " FILL-INS"

-- Offeror must complete Block Nos. 16,17,18,19, and 20 of the SF-33 along with completion of all representations and certifications contained on pages 2 through 8 of the solicitation package.

1

-- Part IV, Attachment #4, " Proposal Summary and Data Sheet," is to be completed by the offeror. i l -- It is requested that the " Optional Fonn 60" provided in Part IV be used in submission of the Cost Proposal.

NOTE: The offer must set forth full, accurate, and complete information as l l required by this solicitation (including attachments). The penalty I for making false statements is prescribed in 18 U.S.C 1001.

TRANSMITTING OFFER 0R'S PROPOSAL

-- All offers should be addressed as indicated in Block 7 of the Standard Form 33.

l -- The envelope used in submitting your proposal must be plainly marked with the l

so,li, citation number, the time, and date set forth in the solicitation document (B* lock 9 of the Standard Form 33) and the following notation: " Mail Room -

Do Not Open."

-- Hand-carried solicitations - Hand-carried offers should be addressed as indi-cated in Block 7 of the Standard Form 33 and delivered to:

I U.S. Nuclear Regulatory Conrnission 1

Division of Contracts Room 2223 4550 Montgomery Avenue l Bethesda, Maryland 20814 Telegraphic proposals are not autho'ized, and if submitted, such proposals shall be rejected.

ENCLOSURE B 1

l l

l _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

)

. .s NO-OFFER RESPONSE FORM l i

i RFP NO.:.

RS-RES-83-025 TITLE: Structural Integrity of Light Water Reactor Boundary Components - II Please review the enclosed RFP. If you do not desire to submit a proposal, complete the section below, fold this sheet as indicated on the reverse, staple, affix postage, and mail back to the NRC.

4 l

Gentlemen:

Please be advised that we do not desire to submit a proposal for the above RFP, Ue / / desire / 7 do not desire to be retained on the NRC Contractor Bidders MaiTTng List.

/7 He desire to be placed on the NRC Contractor Bidders tialling List.

Name of Organization:

Authorized Signature: )

l Typed Name and

Title:

Date:

l i

ENCLOSURE C l 1

4

. (

)

, s

-l i

TABLE OF CONTERTS 1

RFP NO. RS-RES-83-025 l l

PART I - GENERAL INSTRUCTIONS )

Standard Form 33, " Solicitation, Offer, and Award";

" Representations. Certifications, and Acknowledgments" PART II - SOLICITATION INSTRUCTIONS AND CONDITIONS Standard From 33A, " Solicitation Instructions and Conditions" x 1

-- Proposal Presentation and Format s

-- Business / Technical Proposal Instructions

-- Evaluation of Proposals l I

PART III - CONTRACT SCHEDULE l J

Article I Statement of Work l

Article II Period of Performance Article III Consideration and Payment Article IV Overhead / General and Administrative Rates Article V Private Use and Protection of Unclassified Government Information i

Article VI Key Personnel Article VII Technical Direction Article VIII Project Officer Article IX Travel Reimbursement Article X General Provisions / Alterations PART IV - ATTACHMENTS NRC Contractor Organizational Conflicts of Interest Attachmen: 1 (41 CFR Part 20)  !

l NRC Organization Chart Attachment 2 Proposal Summary and Data Sheet Attachment 3 Optional Form 60 Attachmen: 4 l General Provisions Attachmen: 5 l NRC Manual 3202 Attachmen 6 Government-Furnished Equipment, Condition, and Location Attachment 7 Details of HSST 5th Irradiation Attachmen: 8 Table 1 Attachment 9 Table 2 Attachment 10 Table 3 . Attachment 11 Table 4 Attachment 12 Details of Work in Progress in Task 3 Attachmen: 13 Enclosure D 1

i I

Staple Here - Arrix j Postage j Here {

U.S. Nuclear Regulatory Comission i

Office of Administration Ofwlsion of Contracts liashington. 0.C. 20555 ATTN: Paul Edgeworth Fold Fold j

Fold Fold

s s MRT I a osmpeo.m m os, a wesi c.e sua e asuvan one a.a i .a.as l on

.SOUCITATION. OFFER AND AWARD .. . a 1 72 Co=Taact av , ao a sot.c arson o s oartissuno e asuviseric=*vacnau macussi .o RS-RES-83-025 0 0 n-so . = G a== = ario m 9/1/O RES-83-025

  • .Snuto et coof l e aoomtS6 OFrem 70,. , a a .m,e "

O. 5. Nuclear Regulatory Commission Division of Contracts i Washington. 0.C. 20555 l

- .,.,, ,6. . -

SOLKlTATIOed e sw.o on-. .a one (1.)_ orioinal copy '- fu<a a.a. *=.=w=au-v c= .a *. schw*

  • t= r=-* a ** *=* ==d w g/8 **c 4 a. .,

.iei <.,,,,n , ,y ,.c, , noom 2223. 4550 liontgomety. Ani,,,,,, 3:30 pm ,.c .r ,,,,,,_ 9/3 3

Bethesda, MD 20814 tu ,,e so.-/

wih ...d.<i d c .on w. ovo..cy.o d. . .

caunon - u rt orvans s.e o- . r d s or sai.carse 1,.am.co.ons .~o co,.*<>o, (Telegraphic responses are not 4m of f e,. .. ,,.ci .. , authorized) i the soi.e.i.. . au, ci d cond,i .. s, 32 4 Janua ry 1973 3 rw. sen . .aeiud.a e a .adio, .n.cn.d e,.,co.

l

.no. .cn...axnw co ,c.d , .i,,,... c. ( soe, . , o,0 . . , .c . c.<,.f.cu . a io.c <*ce.oa. i

Th. c. ,e,o. .oa..sr 22. .d. .. n.cn .,. .n h.d . .oco,oorn.a e. i,. . .. . c..

.n.ce.a o, ,aco,oo,. . a ., ,e. .oc. . r4,, c ,, . .,, ,,,,,, ,,, ,c ,,,. i ran wronwe nou em <=.,,. 4 . ,. ,,0 nuo co,,,,, c.,,,i > Paul Edgeworth (301) 492 4294 SCHE DULE

-o ' E u ano n su uts sa.v.cas is ousarifv j, 5* us.t pa.Ct es a.sou.sf SEE PART III 0F THIS SOLICITATION PACKAGE I s-.e,. ., .

of 9ER tpages 2 and 3 must a,so o tuosy comos t.d by otte ori i la com#sence w.tf. the poos.. ft. uno.rtega.a agre.s. if the. offe, s. .cc.pted weth.n c.d.ed., d.vt (SUde,.ada, d.yf unless a &#dr.t A. nod 88

.ade, fed by rh. Offe,0,i f,.en f.e 0.te fo, ,.c.iot of ofte,s .o.cife.d .bove, to fu,nesh any or 8 . ten. tspon wheeft e,*ces e,. of f.,ed at the e, ice set ocoes te cn

.t.m. ashve,ed et th. de.egn.a Ocenti.f. w.then th. t.me sp.cif e.d en the schedule

'e o'6Coumf on Pao.a.T e nete, .s r # 5# as e,

% 'o Casinoa. ca,s  % po cattNoa. oa,s 3oc464 o ca,s  % cas tmoa omvs

17. oFFEmon ,acture coor l i. =a.aa . o eirie ce etason auwmet r3 ,o 90. o .t.

C30' l l e r, ., ., e, s haut an.0 acon

.s ,t$6 s ey

{

.. uGeea tues M u*

  • t a o f E See below Oc - - . < 5< ' -

AW ARO I To oe comose,.0 or Go..,nm.nts as acet*,fo as 'O.f tus uweeae3 22 a.sou*ef 23 *CCoumf aiG *=o ****o**rs o* ca t a

.. Svew. ' =v 0ic t s #d e. s,a,.. . c.w. 25 *E Gos tt o - ac u S C 2x,4.e. a *

'caooetss p.ow=.e.. soc. y .t u s C 712'ct .I U i

.. apw*1't af D 4' ;oog l 3, .a.wt=

  • ee% sq w aot a v 4o04 l

, sea.+ a.a eess Ps M Ne wt of C D*'**C r".O op..t.g. .r,,,,,, gg, yqqig g gygyge, og aggggCA a w e.o omft ev s.eneau,. or coas,*co,no aorte,o

...,,..e.-.s....n-.~,.

32-'3' si.. . ue . ,aav 2.in

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

  • PR!NCIPAL P. ACE OF PERFORMANCE: -

DUN 5 NO:

l  !

4 -

J 2 CLEAN AIR AND WATER (AppIrcoble of the bod or offer exceeds S100.000,or the contracting offocer has determaned that orders ur> der an ondefonate cuantity contract on any yest well escred $100,000, or a focoloty to be used has been the subject of a convoctron under the Cleon Aor Act 142 U.S.C 18S?c.8/c)(1))or the federal Water Pollution Control Act (33 VS C 1319fc)) and n Irsted by EPA, '

or os not otterwise enempt.)

l The bidder or of feror certifies as follows:

l (a) Any f acihty to be utilized in the performance of this proposed contract O has O has not, twen listed on the Environmental -

Prctection Agency List of Violating Facihties.

(b) He will promptly notsfy the contracting officer, prior to award,of the receipt of any communication from the Director Office of l Feceral Actmties, Environmental Protection Agency, indicating that any facility which he proposes to use for the performance of the corms;-'is under enrwMon to be hsted on the EPA hst of Violating Facilities.

(c) He will include substantially this certification, including this paragraph (c), in every nonexempt subcontract. l i

! 3. CERTIFIC ATION OF INDEPENDENT PRICE DETERMINATION (See par.18 on SF JJ A)

I tal By submission of this offer, the offeror certifies, and in the case of a joint offer, each party thereto certifies as to its own l organization, that in connection with this procurement:

(1) The prices in this offer have been arrived at independently, without c3nsultation, communication, or agreement, for the ourpose of restrtsting competi tion, as to any matter relating to such prices with any other offeror or with any competitor!

(2) Unless otherwise required by law, the prices which have been Quoted in this offer have not been knowirVy esclosed by the offaror and will not knowingly be disclosed by the offeror prior to opening in the case of an advertised procurement or prior 30 a,*ard in the case of a negotiated procurement,directly or inde ectly to any other offeror or to any competitor;and (3) No a,ttempt has been rnade or will be made by the offeror to induce any other person or firm to submit or not to submit an of fer for that purpose of restricting competition.

(b) Each person signing this offer certifies that:

(1) He is the person in the offeror's organization responsible within that organi24 tion for the desision as to the prices being offered herein and that he has not participated, and will not participate,in any action contrary to (a)(1) through (a)(3), above.or f2) (i) He is not the person in the offeror's organization responsible ivithin that orgam2ation for the decisaon as to the prices '

ceens offered herein but that he has been authorized in writir il to act es. agent for the persons responsible for such decision eri certif ying that j suce persons have not participated and wi:t not participate, m any action contrary to (a)(1) through (a)(3) above, and as their agent does hereoy so certify; and (ii) he has not participated, and will not participate, in any action contrary to (a)(1) through (aH3) at ove.

4 CERT lF; CATION OF NONSEGREGATED FACIUTIES (Applicable to (1) contracts. (2) subcontracts, and (J) agrements wrth apoiocants who are themselves performong federally assisted construction contracts, exceeding $10,000 whoch are not enernpt from the provtsiona of the Ecus! Opportunity clause.)

By the submission of this bid, the bidder, offeror, applicant, or subcontractor certifies that he doet, not maintain or provide for his empoyees any segregated fac:lities at any of his establishments, and that he does not permit his employees to perform their services at any tocatson under his control, where segregated facilities are maintained. He certifies further that he will not maintam or provide for his employ.

ers any segregJted facilities at any of his establishments, and that he will not permit his employees to perform their servsors Jt any location, unda his control, where segregated f acil+es are maintained. The bidder, off eror, applicant, or subcontractor agrees that a breach of this cer-tificatson is a violation of the Equal Opportunity clause m this contract. As used in this certification, the term ** segregated foolities" means seiy east,ng rooms, work areas, rest rooms 2nd wash rooms, restaurants and other eating areas, time clocks, locker rooms and otherstorage or drewng areas, parkmg lots, drinking fountains, recreation or entertamment areas, transportation, and housmg f acilities provided for empuyees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion or national origin, because of habit, tocal custom, or otherwise. He 8urther agrees that (except where he has obtamed identical certifications from proposed subcontractors for specific time periods) he will obtam identical certifications from proposed subcontractors prior to the award of l subcontracts exceeding $10,000 which are not exempt from the provisions of the Ecual Opportunity clause: that he wiat retain such certifications in his hies; and that he will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specifsc time periods):

Netsce to prospective subcontractors of requiremen; for certifications of nonsegregated facilities.

A Certification of Nonsegregated Facilities must be subm tted prior to the award of a subcontract exceeding S10.000 which is not emerret from the provisions of the Ecuat Opportunity clause. The certification may be submitted either for each subcontract or for all subcxmtracts during a period (i.e., ovarterly, semiannually, or annuafly). No TE The periatry for making false 0//ers is prescribed #n 18 u s c 100f.

Continued on Page 4

.ue =ous =, =c oset aus wousai wo oa't ACKNOWLEDGMENT OF AMENDMENTS The oneror acknowwJges recept of ameno-more 2 the Sohcrtatiori tot offert and related econnene numoored and caled as tonows.

VO TE Orfers must set forth tutt. ac: urate anc complete information as recuorece by this Sotocotation (inctuoing artschments> The penatry y for mansne false statements on offars as presc 1 on f 8 u S C.100f

  • Sianoa's r pra M * *9* 3 '8' t
  • N *'

J

- j a e REPRESENTATIONS, CERTIFICATIONS AND ACKNOWl.EDGMENTS REPRE$ENTATsONS *Ched or sompiese sit avutocabie comes or clocks }

The of fe or representi as part of h s offer that

1. SM ALL BUSINUs tSee uer 14 cn SF )) A t He C is,2 is not is srnall hus. ness concern if offeror is a small business concern and is not the manuf acturer of the supphes offered, he also represents that ..I supplies to be turnished hereunder C will, C will not, be manuf acturered cr produced by a small busmess concern m the United State', .5 possessions, or Puerto Rico.
2. MINORITY BUSINESS EN-TERPRISE He C es,2 is not, a minority bus ncss enterprise. A minority business enterprise is defined as a " business, at least 50 percent of which is owned by minority group members or,in case of publecly owned bus,nesses, at least 51 percent of the stock of which is owned bytmnority group members." For the purpose of this definition, minority group members are Negroes. Spanish speaking American persons, American Orientais, American ind ans. American Eskemos, and American-Aleuts.
3. REGUL AR DE At.ER - MANUFACTURE R (Applocable only to supply contracts tacteding S10.000.)

He is a C regular dealer in C manufacturer of, the supplies of fered.

4. CONTINGENT FEE ISeepar. ISon SF )) A /

f al He : hat,2 has not, emo60ted or retasned any company or persons (other than a full time bona fCe emulover workorg solely for the offeror / to solicit or secure thrs Contract, and (b) he O has, C has not. paid o'r agreed to pay any company or person futher than a f.,f/-

time bona tode emptuvre workong solery for the offerorf any fee, commission, percentage, or brokerage fee contingent upon or resulting from the award of that contract, and agrees to furnish information relateng to (al and (b) above, as requested by the Contracting Officer. //nterpre-tation of the representation oncl.edong the term " bona froe employee "see Code of Federal Regulations, htte 41, Subpart 1 1.5 I

5. TYPE OF BUSINESS ORGANIZATION He operates as C an indivedual C a partnership, C a nonprofit organization,7 a corporation, incorporated under the laws of the State of
6. AF FILt ATION AND IDENTIFYING D ATA IApp/, cable only to advertised solicrtatior:s /

Each of'eror shall complete tal and (b) if apohcable, and (c) below

,(al He 1 es. C is not, owned or conteolled by a parent company. (See par f 6 on SF JJ A.e (b) If the offeror is owned or controlled by a parent company, he shall enter in the blocks below the name and main office address of the parent company:

=aut or passeet Coup *N*

A%o waA orrict AOomiss

  • =rwee in* tone-
c. m e-e n s ioi m oric a t io~ ~vueen .sa , na 77,. 3, u .. cusaoa s a , no ..ar=,coun%is,, o
7. EQUAL OPPORTUNIT Y fel He O nas. O nas noi, pari.e. pated in a previous contract or subcontract subject eitner to the Eoual Opportunity clause herein or the clause originativ contained en section 301 of Executive Order No.10925, os the clause contained en Section 201 of E xecutive Order No 11114. that ne O nas. O nas not, f eied aii reouired compliance reports. and that representai.ons indicating subm.ssion of reovired comona. ice reports. signed by proposed subcontractors, will be cbtained prior to subcontract awards (The above representation need not be submitted m conr'ection with contracts or subcontracts which are enempt from the eoval opportunity clause i tu) The bidder for offerori represents that (1) he O has developed and has on tiie. C has not developert and ooes not have on fi's. at each establishment affirmative action programs as required by the rules and regulations of the Secretary of Lecor 141 CFR 60 t eac 60 21 or 121 he O hcs not previously hed contracts subject to the written affirmative action progr'ams reoverement of the rules and regulations of the Secreterv of Labor IThe above representation snart or comptered by each bodder for offerort enose ord toffers us 550 000 or more ano svno has l

50 or mnre employees o l

CE RilFICATIONS rCheck or comonere att osotocoose bears or osocust

1. BUY AMERICAN CERTIFICATE The of feror certifies as part of his of fer that each end product. exCept the end products hsted below, is a domestic end product tas defined in the clause entitled " Buy American Act"). and that components of unknown orsgin have been considere0 to have been mined produced. Or manufactured outs *de lhe United States 8 QVoio (NC *noouc's icunist or (mGim Standa.d F o.m 33 Paee 2 IRE v 3ND

I

( Pag,e 4 l

l l

PART I Representations, certifications, and Acknowledgments - Continued SF-33 (Page 3)

5. WOMAN-0WNED BUSINESS  ;

Concern is C is not 6 a woman-owned business. The business is publicly owned, a joint stock association, or a business trust 6 yes 6 no. The }

business is G certified U not certified.

A woman-owned business is a business which is, at least, 51 percent owned, controlled, and operated by a woman or women. Controlled is defined as exercising the power to make policy decisions. Operated it defined as actively involved in the day-to-day management.

For the purposes of this definition, businesses which are publicly owned, joint stock associations, and business trusts are exempted. Exempted l businesses may voluntarily represent that they are, or are not, woman- '

owned if this information is available.

6. PERCENT OF FOREIGN CONTENT The offeror / contractor will represent (as an estimate), immediately after the award of a contract, the percent of the foreign content of the item or service being procured expressed as a percent of the contract award price (accuracy within plus or minus 5 percent is acceptable).
7. NON-DISCRIMINATION BECAUSE OF AGE CERTIFICATION (1-12.1001)

The offeror hereby certifies as follows: l l

C (a) In the perfonnance of Federal contracts, he and his subcontractors shall not in connection with the employment, advancement, or i

discharge of employees or in connection with the terms, conditfons, i or privileges of their employment, discriminate against persons because of their age except upon the basis of a bona fide occupa-tional retirement plan, or statutory requirement, and G (b) That contractors and subcontractors, or persons acting on their i behalf, shall not specify, in solicitations or advertisements for employees to work on Government contracts, a maximum age limit for such employment unless the specified maximum age limit is based on a bona fide occupational qualification, retirement plam, or statutory requirement.

8. CERTIFICATION OF REC 0VERED MATERIALS (1-1.2504(b'))

The offeror / contractor certifies that recovered materials will be used as required by specifications referenced in the solicitation / contract.

. Page 5 9.

CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST I represent to the best of my knowledge and belief that: l The award to l

of a co kract or the t

modification of an existing contract does Lf or does not L/ involve situations or relationships of the type set forth in 41 CFR paragraph 20-1.5403(b)(1). ,

If the representation as completed indicates that situations or relation-ships of the type set forth in 41 CFR 20-1.5403(b)(1) are involved or the Contracting Gificer otherwise determines that potential organizational conflicts exist, the offeror shall provide a statement in writing which describes in a concise manner all relevant factors bearing on his represen-tation to the Contracting Officer. If the Contracting Officer determines  ;

that organizational conflicts exist, the following actions may be taken:

(a) impose appropriate conditions which avoid such conflicts,

{

(b) disqualify the offeror, or l (c) determine that it is otherwise in the best interest of the United States to seek award of the contract under the waiver provisions of 6 20-1.5411.

The refusal to provide the representation required by $20-1.5404(b) or upon request of the Contracting Officer the facts required by 820-1.5404 (c),

shall result in disqualification of the offeror for award. The nondisclo-sure or misrepresentation of any relevant interest may alsc result in the disqualification of the offeror for awards; or if such nondisclosure or misrepresentation is discovered after award, the resulting contract may be terminated. The offeror may also be disqualified from subsequent related NRC contracts and be subject to such other remedial actions pro-vided by law or the resulting contract.

l The offeror may, because of actual or potential organizational conflicts of interest, propose to exclude specific kinds or work from the statements of work contained in an RFP unless the RFP specifically prohibits such exclusion. Any such proposed exclusion by an offeror will be considered by the NRC in the evaluation of proposals. If the NRC considers the pro-posed excluded work to be an essential or integral part of the required ,

work and its exclusion would work to the detriment of the competitive posture of the other offerors, the proposal must be rejected as unacceptable.

The offeror's failure to execute the representation required herein with respect to invitation for bids will be considered to be a minor infonnality, and the offeror will be permitted to correct the omission.

Any contract resulting from a solicitation requirement shall include general clauses (41 CFR 20-1.5404-1) prohibiting contractors from engaging in relationships which may give rise to an actual or apparent conflict of interest. Note: NRC Contractor Organizational Conflicts of Interest (41 CFR Part 20) is included in Part IV as Attachment No.1.

)

l o ' l Page 6 l 10.

COST ACCOUNTIHG STANDARDS (Applicable only to negotiated contracts exceeding ,

$100,000 except when: see Federal Procurement Regulation, Temporary Regula-tion 44 dated March 29,1978). l i

It has been determined by the Contracting Officer or his duly authorized representative that this requirement is not in support of the national defense pursuant to 4 CFR 331,20(b).  ;

A.

COST ACCOUNTING STANDARDS ELIGIBILITY FOR MODIFIED CONTRACT COVE If the offeror is eligible to use the modified provisions of 4 CFR 332, l and elects to do so, he shall indicate by checking the box below. '

Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause.  !

I C The offeror hereby claims an exemption from the Cost Accounting Standards clause unddr the provisions of 4 CFR 331.30(b)(2), and certifies that he is eligible for use of the Disclosure and Consistency of Cost l Accounting Practices clause because (i) during his cost accounting period imrnediately preceding the period in which this proposal was submitted, i he received less than $10 million in awards of CAS covered national  !

defense prime contracts and subcontracts, and (ii) the sum of such awards i equaled period. less than 10 percent of his total sales during that cost accounting l

The offeror furthei certifies that if his status changes prior to I an award Officer resulting from this proposal, he will advise the Contracting immediately. 4 CAUTION: Offerors may not claim the above eligibility for modified contract coverage if this proposal is expected to result in the award of a contract of $10 million or more or if, during their current cost accounting period, they have been awarded a single CAS-covered national defense prime contract or subcontract of $10 million or more.

B.

COST ACCOUNTING STANDARDS CERTIFICATION - NONDEFENSE APPLICA

! Any negotiated contract in excess of $100,000 resulting from this solici-tation shall be subject to the requirements of the clauses entitled Cost Accounting Standards - Nondefense Contract (FPR 81-3.1204-2(a))

and Administration of Cost Accounting Standards (FPR 51-3.1204-1(b)) if it is awarded to a contractor's business unit that is performing a national defense contract or subcontract which is subject to cost accounting standards pursuant to 4 CFR 331 at the time of award, except I,

contracts which are otherwise exempt (see FPR El-3.1203-2(a) and (c)(4)).

Otherwise, an award resulting from this solicitation shall be subject to the requirements of the clauses entitled Consistenc Practices - Nondefense Contract (FPR ll-3.1204-2(b)y) and of Cost Accounting Administration of Cost Accounting Standards (FPR'll-3.1204-1(b)) if the award is (i) l the first negotiated contract over $500,000 in the event the award is a contractor's business unit that is not performing under any CAS-covered national ated defense contract over or nondefense contract or subcontract, or (ii) a negoti-

$100,000 in the event the award is to a contractor's business unit that is performing under any CAS-covered national defense or nondefense contract or subcontract, except contracts which are other-wise exempt (see FPR El-3.1203-2(a) and (c)(4)). This solicitation notice is not applicable to small business concerns.

l

Page 7 Certificate of CAS Applicability The offeror hereby certifies that:

A.

/7 It is currently performing a negotiated national defense cTntract or subcontract that contains a Cost Accounting Standards clause (4 CFR 331), and it is currently required to accept that clause in any new negotiated national defense contracts it receives that are subject to cost accounting standards.

B.

6 It is currently perfonning a negotiated national defense or nondefense contract or subcontract that contains a cost accounting standards clause required by 4 CFR 331 or 332 or by FPR Subpart 1-3.12, but it is not required to accept the 4 CFR 331 clause in new negotiated national defense contracts or subcontracts which it receives that are subject to cost accounting standards.

C.

/7 It is not parforming any CAS-covered national defense or Rondefense contract or subcontract. The offeror further certifies that it'will immediately notify the Contracting Officer in writing in the event that it is awarded any negotiated national defense or nondefense contract or subcontract containing any cost accounting standards clause subsequent to the date of this certificate but prior to the date of the award of a contract resulting from this solicitation.

o D.

/7bject

-su It istoanFPR educational Subpart institution receiving contract awards 1-15.3 (FMC 73-8, OMB Circular A-21).

E.

G It is a State or local government receiving contract awards subject to FPR Subpart 1-15.7 (FMC 74-4, OMB Circular A-87).  !

F. O It is a hospital.

NOTE:

Certain firm fixed price negotiated nondefense contracts awarded on the basis of price competition may be determined by the Contracting Officer (at the time of award) to be i

exempt (4)(iv)).from cost accounting standards (FPR ll-3.120302(c) l Additional Certification - CAS Applicable Offerors G.

G The offeror, subject to cost accounting standards but not l certifying under 0. E, or F above, further certifies that practices i used in estimating costs in pricing this proposal are consistent i with the practices discussed in the Disclosure Statement (s) where }

they have been submitted pursuant to CASB regulations (4 CFR 351).

1 l

I i

1 i

)

/

Page 8 Data Required - CAS Covered Offerors I

The offeror certifying under A or B above but not under D E, or '

F above, ir required to furnish the nann , address. (including agency or department ' component); and telephone number of the cognizant Contracting Officer administering the offeror's CAS-covered contracts. If A above is checkeo, the offeror will also identify those currently effective cost accounting standards, if any, which upon award of the next' negotiated national defense contract or subcontract, will become effective upon the offeror.

Name of CO:

Address:

Telephone No.:

Standards not yet applicable:

I 1

l l

4 I

9

Page 9 PART II SOLICITATION INSTRUCTIONS AND CONDITIONS L DEMNmON$. 7. LATE Sif4, MODtOCATIONS OF SIDS, Oft WTTHDRAWAL OF As used hereis: I' (a) The term " solicitation" means inviurion for Bids (IFB) where (a) Any bid receiwd s' ihe offue doi uted t in the solicitation after the procunment is advertised, and Request for Proposal (RFP) where the exact time speci6ed for receipt will not be consdered unless it is the( )[rocurement The term "o er"ismeans ne otiated.

bid where the procurement is adver. received before award is inade and mhrr:

tued, and proposal where the procuremer: is negotiated. (1) It was sent bv registried ui certified mail not later than the (c) For purposes of this solicitation and Block 2 of Standard Form 6fth calendar day pnur to th, datr spni6ed for the ,recetyt of bids 33, the teren " advertised" includes Small Business Restricted Adver. (e s , a bid submitted an respmse in a solicitation requinns receipt c,f tinng and other types of restricted advertising. bids by the 20th of the anonth must have tren maded by the 15th or earlier) ; or

2. PREPARATION OF OFFERS. (2) It was sent in mail (or eclegram if authorned) and it a,s determined by the Cowrnment that the late receipt was due solely to (a) 06erors are expected to examine the drawings, speci6 cations, mishandling by the Government afur terript at the Government Schedule
  • and all instructions. Failure to do no wiu be at oderor's installation.

mk' (b ) Each oderor shall furnish the information required (b) Any modi 6 cation or withdrawal of a bid is subres to the same the by conditions as in (a), abovt. A bd may also be withdrawn in person solicitation. The oNeror shall sign the soucitation and print or type by a bidder or his authorized representative provided his identity is his name on the Schedule and each Continuation Sheet thereof on made known and he signs a receipt for thc bid, but oudy if the witb which he makes an entry. Erasures or other changes rnust be initialed drawal is msde pnor to the epet time set for receipt of bids.

by the person signing the offer. Offers signed by an agent are so be accompanied by evidence of his authority unless such evidence has (c) The only acceptable evidence to estabbsh: ,

been previously furnashed to the issuir g office. (1) The date of anaaling of a late bid, modi 6cataan. or withdrawal sent esther by registered os certi6ed mail is the U.S. Postal Service (e) Unit price for each unit offered shall be shown ard such price postmark on both the cavelope or wrapper and on the crismal receipt shall include packing unies otherwise speci6cd A total shall be entered irorn thr U.S. Postal Service. If neither postmark shce a legible date, in the Amount column of the Schedule for each item odered. la case the of discrepancy between a unit price and extended madbid, rooddication, or withdrawal shall be deemed to have been will be presumed to be correct, subject, however, price, thetounit ed late. ,(The term " postmark" means a printed. stamped, or other-to correction theprice wise placed, impresion (escluswe of a postage meter :=eMne impeed same catent and in the saane manner as any other mistake,

'd) 06ers for supplies or services other than those speci6ed wCl not smni that as readsly identinable without further action as having been be' considered innless authorised by the solicitation. Supplied and affixed ce the date of maihng by employees of the U.S.

(e) Offeror must state a de6nit e tirne for delivery of supplies or Postal Service. Thenfore, oReron should request the postal clerk to for rfoemance nf services unless otherwise specified in the solicitation. place a hand cancellatine bulfwys

  • postmark" en both the recalpt and the envelope or wtapperd

( Time if stated as a number of days, will incl.A Saturdays, ys and holidays. (2) The tune of receipt at the Government insta!!ation is the Sun (g) Code boxes are for Government use only. time-date stamp of such installation on the bid wrapper or other documentary evidence of receipt maintained by the installatioct S. EXPLANATION TO 0FFfftOftS. Any empt,anation desired by an (d) Notwithstanding (a) and (b) of this provision, a late taoda6 oderor regarding the meaning or interpretation cation of an otherwise successful bid which makes its terma more drawings, speciEcations, etc., met be requestedwriting m, of the sobcitation, and with favorable to'the Government will be considered at any time it is re-suf5cient time allowed for a reply to reach offerors before the sub ceived and may be accepted, sniasion'of their a6ers. Oral ceplanations or instructions given before Note: The term " telegram" includes mailarams.

W award of the contract will not be bindins Any information given 8. LATE PROPOSALS, WOOWICATIONS OF PftOPOSALS, AND to a prospective offeror concerning a sohcstation will be furnished to WfTHORAWALS OF PROPOSALS.

all prospective offerers as an amendment of the solicitation, if such Information is necessary to e6erors in submitting oRers on the sohcita- (a) Any proposal received at the office designated in the solicita.

tion or if the lack of such information would be prejudicial to un- tion after the caact time speern for receipt will not be considered infonned oRerora unless it is received before aw made, and:

n (l{"lt was sent

"' r certi6ed mail not later than the

4. ACKNOWLEDGMENT OF AMENDMENTS TO SouCITAT10NS. '

c er umt r soi ci tson Receipt of an arnendment to a solicitation by an onewor must be oRers by the 2 h to ring te '

acknowledged (a) by signing arid returning the arnendraent, (b) on each

'onth must have been mailed by the Isch or page thrne of Standard form 33 or (c) by letter or telegram. Such 2 e,chsownedgment must be reaived prior to trie hour and data speci6ed dete in nt by mail (or telegram if authorized) and it is for receipt of o#ers, to mi e,n hng bye the Covernment that the late receipt was due solely

%grnment after receipt at the Covernment S SUButSS40N OF OFFERS ans ta!!a or N

(. It'Is the boposal rueived.

(a) OKers and snod 6 cations thereof shall be enclosed in sealed (b) Any enodi6 cat envelopes and addressed to the office speci6ed in the sobeitatson. The from the Contracting of a proposal, except a modi 6 cation resulting cEaror shall show the hout and date speci6ed in the solicitation for er's est for "best and naal" cder, is sub ject to the sarne conditions receipt, the solicitation r. umber, and the name and address of the (c) A modi 6 cation res

1) and (a)(2) this provision e#eror on the face of the envelope. fror the Co ra ing f!bcar o request for "best and final" on r ter the ti d te speel6ed in the(b) Telegraphic o6ers will not be considered unless authorised by the request will not be s' . red unless solicitation; however, oners may be modined or withdrawn by the late receipt is due sol award and written or telegraphic notica,provided such notice is received prior to to mishandii by he Gov rament after receipt at the Government installation the hour and date specified for receipt. (However, see paragraphs 7 (d) The only acceptable evidance b and 8.) h:

(c) Samples of items, when required, anust be submitted within the (1) The date of mailing la t I or modi & cation sent either by registered or certi6e tirne speci6ed, and unleu otherwue speci6cd by the Government, at mark on both the envelope or it the U1 Postal Service post-no empense to the Government. If not destroyed by testing, samples and on the o.'ginal receipt from the U.S. Postal service. I postmark shows a legib8e date, the will be returned at efferor's request and cepense, unless otherwise p'UP(mal or mod <fi on epeci6ed by the schcitation. be deemed to have been asiled late.

3The yrm " post k" s a printed, stamped, or otherwise, plead

6. FAILURE TO SUBMIT OFFut. Il no offer is to be submitted, do empresa$on (esclus e Lage meter machine impressin) that is mot return the sohcitation unless otherwise specafied A letter or pu'd readily identi6abic th a further action as havin ban tied and carsi shall be sent to the issoing ofhee advmns whether future solic. afhsed on the date ,sihng by employees of the b.S. Po Service.

itations,for the type of supphes or services covered by this sobcatatson Therefore, offerors should request the postal clerk to place a hand are desired Failure of the recipient to offer, nr to notify the assuins camilation se wrapper.) bul!% eye " postmark" on both the recerpt and the enveJope othce ihat future sohcitations are desired, may result in remm al .f the name of such recipient from the maihng list for the type of suppbes (2) The tame of receips as the Government instahtion is the or services covered by the solicitauon. time.date starop of such installation on the proposal weapper or other documentary evidence of receipt maintained by the installation.

33 gyAfanasto PtMtse St.a utsv.3-7m Preeri*sd by G14. FFE (si OU I.10:08 i

. Page 10 (e) Notwithstanding (a), (b), and (c), of this provision, a late modification of an otherwise succcuful propcsal which makes its terms 35-45), the Contract Work Hours Standards Act (+0 U S C. 327-330),

more favorshle in the Government will be considered at any time it is and the Service Contract Act of 1965 f 4 8 U.S C. 3M 3M) may be received and m be accepted obtained frorn the Departrrent of labor, Washington, D.C. W210, or (f) Proposals ma, be withdrawn by wnnen or telegraphic notice fiorn any regional Are of that agency Requests for information should received a, eny no . prw to award Proposals may be withdrawn in include the sobrtistre number, the name and addreu of the issuing p, on by an oReror or his authorized represe nistive, provided his agency, and a desenpcen of the supplies or services I i

.dentstr is rnade 6 nown and he signs a recespi for the proposal prior to award 13. SELLER 4 INVOsCES lavoices shall be prepared and submitted Note: The term " telegram" includes ms.ilgrama. in quadruptscate (one copr shall be marked "onginal") unless other.

Note : The stiernate late proposals roodi6 cations of proposals and wise specihed. lavoscea shaB contain the following information: Con.

withdrawals of proposala perms.on presc,ibed r by 41 CFR f-3 802-2(b) tract and order nunnber Of asy) item numbers, description of supplies shall be used in heu of provision 8, il specified by the contract. or services, mises, quantities, um,t prices, and extended totah. Bill of lading number and weight of shipment will be shown for shipments

9. DISCOUNTS. . made on Covernment bs!!s of lading.

(a) Notwithstandma thr f act that a blar,k is provided for a ten (10) day dinount. prompt pannent dierovnts oHered for paymetzt within 14, SMALL pusmat CONCERM A srnalt business concern for the I less than twener (20) calendar dass will not he considered in evalu- purpose of Government procurement is a concern, including its aNili.

stics uMers for awant, unless niherwise speci6ed in the solicitation. ates, which is independently owned and operated is not derninant in the 6 eld of rataos ma which it is subautting okers on Covernment However, oneri d amount, of leu than 20 den will be taken if pay. contracts, ment is maue wahin the distemnt penod, even though not considered can further ,

in the eval.ution <>f o6rn ber of ernployees, aveenge 'gealify under the enteria ccecerning as pre-num- l annual receipts, or other criteria, Federal t

scribed by the Small Ruainess Adelalatratsort. (See Cc,de of (b) In connection with ans discount o6ered, time will be computed from date of delivery of the sup Regulations, Title 13, Part 121, as amended, which contains detailed acceptance are at point of ongen,phes or from to carrier date when delivery of delivery at desti. and industry deftaitions and related procedures.)

nation or port of s mbarkanon when delivery and acceptance are at either of those points, or from the date correct invoice or voucher is 15. CONTIMOENT FEL If the oferor, by checking the appropriate received in the o$ce speci6ed by the Government, if the latter date boa provided therefoe, has represented titst he has employed or retained I is later than date of dehvery. Parment is deemed to be made for the a company or person (echer than a full time bona Ade employee work.

purpose of carning the dwount on the date of mailing of the Covern- ing notely for the e6 cur) to solicit oc secure this contract, or that he ,

ment check. has paid or agreed so pay any fee, commasion, percentage or brokeage l j

fee to any casepany or person contingent upon or resultIng from the

10. AWARD OF CONTRACT. sward of this contract, he shaB furnish, in duphcate, a complete Stand. l a) e oc rajr w" be tor &e , ro whoee ard Fona 11% Contree's Statement of Contingent or Other Fees If Q t- c canment, pnce and other ctors consideredQn s -a - to the eneror las prmously !.;nished a cornpleted Standard Form 119 to the oEce inuing this solicita: tion he may accompany his o6er with a signed ,

I (b) The Government rewrves the right to reject any or all oRers statement (a) inderna when such cornpleted form was previously l c.nd to waive informahtscs and minor irregularities in orfers received furnished, (b) identifymg by number the previous solicitation or con.

(c) The Government may accept any item or group of items of any tract, if any, in emnecesan with which such form was submitted, and oMer, unless the oReror quah6es his oder by sper:6e limitations. UN. (c) representing that the statement in such form is applicable to this LESS OTHERWISE PROVIDED IN THE SCHEDULE, OFFERS oner.

I MAY BE SUBMITTED FOR ANY QUANTITIES LESS THAN THOSE (

SPECIFIED; AND THE GOVERNMENT RESERVES 16. PARENT COMPAfty. A parent cornpany foe the purpose of this i THE RIGHT TO MAKE AN AWARD ON ANY ITEM FOR A oRer is a company which either owns or controls the activities and basic UANTITY LESS THAN THE QUANTITY OFFERED AT THE p ,, n , ,,,p pohcies ny means the NIT PRICF.S OFFERED UNLESS THE OFFEROR SPECIFIES OTHERWISE IN HIS OFTER busineu ofi,,,,

,7 ,,,, ,,, ,, the, ederer. To own another

,,;,,;,y g ,,,,, cose(n 50 p l

,d of the voting rights in that com pany. To control another company, such

( A, wnstra sward (or Acc nce of 04rr) mailed for other. ownership is set reqaiseid; if arwther cosmpany is able to formulate  !

wise ) urn (shed) to the succeuful ycrur within the timedetermine, for acceptance or wto basic bummess policy decisions of the oderor, such' specified an the cEer shall be deemed so resuh in a bindmg contract other company is considered the parent cosa ny of the o#eror, This e foil ing agrap control rnay be enestised shrough the use of orninaat minority votir:g e) ush (b) apply only to negotiated nghts, use of prory wtmig, contractual arrangements, or otherwise.

solicitations: (

(c) De Government may accept within the time s  !

any sMer (or part thereof, as provided in (r) above),peci6ed 17. EMPLOYER's 8DDfTIFEATION NUMBER,. ( Applicable only to whether ortherein, not advertised solicitations.) The eRerot ehstiinsert in the applicable space there are negotiations subsequent to its receipt, unless the oRet is with.

drawn by wntten notice received by the Government prior to award. on the oder foren, if be has no parert company, his own Employer's if subsequent negotiations are conducted, they sha!! not con <itute a Id'ntif6C* tion Number (E.1. No.) (Federal Social Security Number l used on E n *a Qwarterty Federal Tax Return, U.S. Treasury rejection or counter oder on the part of the Government.

I (f) The right is reserved to accept other than the lowest oNet and Depart nent arm 941), er,if he has a parent company, the Employer's Identi6catson Number sE his parent cornpany.

to reject any or all o#ers.

(g) The Government may award a contract, based on initial o#ers received, without discusion of such oRers Accordingly, each initial 18. CERTIFICATION Olr INDEPENDENT PRCE DETERMINATION.

o#er should be submitted on the most favorable terms from a prue (a) his certi6 cation em the oder form is not applicable to a forelan and techn} cal erandpoint which the oneror can submit to the Govern. n#eror submitting na ofer for a contract which requires perfortnance I

ment. . ,, det;very outande the United States, is posseuione, and Puerto Enco.

(b) Any Anknc al data submitted with any o#er hereunder or any (b) An oder will not be comedered for award where (a)(1s representation coucerning facilities or 6nancing will not form a part or (b) of the cert:6 cation has been deleted or modi 6ed. 3)* Whe)re, ((a))((1) of any resulting contract; provided, however, that if the resultmg coh. of the certl6 cation has ben dcleted or modined, the oMer w01 not be tract ,contains a clause providing for price reduction fur defectin cost considered for award unless the oferer furnishes with the oRer a alsmed or prsems data, the coceract pnce will be subject to reduction if cost staternent which sets lorik in detail the circuenstances of the diodoeun or pricing data furnished herrunder is incornpl

  • inarcurate, or not and the head of the , er his designes, determines that such die.

curren t. closure was not madgy purpose or restrkting competitsem.

11. GOVERNMENT. FURNISHED PROPERTY, F. material, labot, og facihties will be furnished by the Governmcon unless otherwise pro. 19. ORDUt 0lr PREMDDRE. In the event of an inconsistency be.

vided for in the solicitation. tween provip,ons of this omlicitation, the inconsistency shall be resolved by simg precedence in she fonowing orders (a) the Schedule; (b)

12. LA90M INFORMATION. Cencral infonnation regarding the re. Sohcitatson Instructions and Cooditions; (c) General Provisions; (d gelrements of the Walsh.Henley Public C:mtracts Act (41 U.S.C. other provisions of the contract, whether incorporated by reference e) r otherwise; and (e) the speci6cationa l

e u s eeem== e ename on es es-esi as reem e stessoaac Ponta ma seca (now. t-yg)

. . PART II P/jc 11 i SOLICITATION INSTRUCTIONS AND CONDITIONS (Continued)

Note the following substitutions of the paragraphs listed in the SF-33A. i

8. LATE PROPOSALS, MODIFICATIONS OF PROPOSALS, AND WITHDRAWALS OF '

\

PROPOSALS (FPR l-3.802-2(b))

(a) Any proposal received at the office designated in the solicitation i after the exact time specified for receipt will not be considered unless it '

is received before award is made, and:

(1) It was sent by registered or certified mail not later than the fifth calendar day prior to the date specified for receipt of offers (e.g., an offer submitted in response to a solicitation requiring receipt of  ;

offers by the 20th day of the month must have been mailed by the 1Sth or earlier); j i

(2) It was sent by mafi (or telegram if authorized) and it is O determined by the Government that the late receip't was due solely to mishand-ling by the Government after receipt at the Government installation; (3) It is the only proposal received; or  ;

(4) It offers significant cost or technical advantages to the Government, range has been made.

and it is received before a determination of the competitive as in (b)

(a)Any modification of this provision.of a proposal is subject to the same conditions (c) The only acceptable evidence to establish: I l

(1) The date of mailing of a late proposal or modification sent either by registered or certified mail is the U. S. Postal Service postmark )

on bothService.

Postal the envelope or wrapper and on the original receipt from the U. S. .

If neither postmark shows a legible date, the proposal or modification of proposal shall be deemed to have been mailed late. (The term " postmark" means a printed, stamped, or otherwise placed impression (eaclusive of a postage meter machine impression) that is readily identifi-able without further action as having been supplied and affixed on the date of mailing by employees of the U. S. Postal Service. Therefore, offerors should request the postal clerk to place a hand cancellation

" postmark" on both the receipt and the envelope or wrapper.) bull's-eye (2) The time of receipt at the Government installation is the time-date stamp of such installation on the proposal wrapper or other docu-mentary evidence of receipt maintained by the installation.

(d) Notwithstanding (a) and (b) of this provision, a late modification of an otherwise successful proposal which makes its tenns more favorable to the Government will be considered at any time it is received and may be accepted.

(e) at any timeProposals may be withdrawn by written or telegraphic notice received prior to award.

Proposals may be withdrawn in person by an offeror or his authorized representative, provided his identity is r.ade known and he signs a receipt for the proposal prior to award.

NOTE: The term " telegram" includes mailgrams.

Page 12 Paragraph 10 (a) on page 2 of the SF-33A is hereby deleted. Paragraph No.

19 on page 2 of the SF-33A is hereby deleted in its entirety.

1. LEVEL OF EFFORT ,

I The NRC's estimate of the total of scientific, technical, and clerical effort for this project is approximately 40 man-yea rs. This information '

is advisory and is not to be considered as the sole basis for the development of your staffing plans. You must detail how you intend to acconplish each objective covered herein.

2. TYPE OF CONTRACT I

)

It is contemplated that a cost plus fixed fee contract will be awarded; however, the Government reserves the right to negotiate and award whatever type contract is determined to be most appropriate. In addi-tion to the special provisions of this request for proposal, any resultant contract shall include the general provisions applicable to the selected

' offeror's organization and type contract awarded. Any additional clauses required by Public Law, Executive Order, or procurement regulations in effect at the time of execution of the proposed contract will be included.

3. PERIOD OF PERFORMANCE / SCHEDULE The Government completed within 48 estimates months. that all. task orders for work hereunder shall be l l
4. ACCEPTANCE PERIOD Because of the time required by the Government to evaluate proposals adequately, offerors are requested to specify a proposal acceptance period of not less than 120 days.
5. ANTICIPATED AWARD DATE It is anticipated that an award under this solicitation shall be made by
6. COST OF PROPOSAL PREPARATION This solicitation does not commit the Government to pay any cost for the preparation and submission of a proposal or for necessary studies or designs for the preparation thereof; or to procure or contract for the articles or services shown under Part III herein.

)

1 Page l'

. i j

7.

INDIVIDUAL (S) AUTHORIZED TO NEGOTIATE 1 1 The prospective offeror will ~ list' the name(s) and telephone number (s) of the person (s) authorized to conduct negotiations on the " Proposal l Summary and Data Sheet" (see Part IV, Attachment No. 4) which is to ~

be submitted with each proposal.

Offerors are cautioned the authority to commit that the person signing the proposal must have '

the offeror. .

8.

PROPOSAL

SUMMARY

AND DATA SHEET(See Part IV,- Attachment No. 4)

A completed each " Proposal copy of the proposal.Sunnary and Data Sheet" shall be submitted with

9. RFP IDENTIFICATION Mailing date, andenvelopes the notation:should be marked with the RFP number, the RFP clo "00 NOT OPEN IN MAIL ROOM."

RFP number in your cover letter and on each page of your proposal.Also, inclu

10. AWARD NOTIFICATION All soon offerors will be notified of their selection or nonelection as as possible.

Formal notification of nonelection will not be made until a contract has been awarded.

It is also brought to your attention that the Contracting Officer is the only individual who can legally commit the Government (i.e. the NRC) to expenditure of public funds in connection with this procure-ment. This means that unless provided in a contract document or specifically authorized by the Contracting Officer, NRC technical personnel cannot issue contract modifications, give informal contractual commitments or otherwise bind, commit, or obligate the NRC contractually.

Informal contractual commitments include such actions as:

a.

encouraging a potential contractor to incur costs prior to receiving a contract,  :

i b.

requesting or requiring a contractor to make changes under a contract without formal contract modifications, c.

encouraging a contractor to incur costs under a cost-reimbursable contract in excess of those costs contractually allowable, and

.)'

l l

Page 14

d. committing the Government to a course of action with regard to a potential contract, contract change, claim, or dispute.
11. DISPOSITION OF PROPOSALS After award of contract, two (2) copies of each unsuccessful proposal will be retained by NRC's Division of Contracts and unless return of proposals is requested by the offeror upon submission of proposal, all other copies will be destroyed. This notification should appear in any cover letter accompanying the proposal. -
12. NOTICE OF PROPRIETARY INFORMATION
a. Notice of Proprietary Information - Offerors are advised that 1 l

those portions of the Proposal which are considered to be propri-etary shall be so identified. Jn the event the offeror fails to indicate on the cover, title page and each sheet of the proposal what portions of the proposal are proprietary, the NRC assumes no liability for disclosure or use of unmarked technical data and may use or disclose such data for any purpose. The clause set forth in paragraphs b. and c., below, should be utilized by the offeror in marking his proposal.

b. Use and Disclosure of Data - Freedom of Information Act Requests ,

1 1

"This data shall not be disclosed outside the Government and l shall not be duplicated, used, or disclosed in whole or in part l for any purpose other than to evaluate the proposal; provided i that if a contract is awarded to this offeror as a result of or in connection with the submission of this data, the Government shall have the right to duplicate, use or disclose the data to the extent provided in the contract. This restriction does not .

I l

limit the Government's right to use information contained in the data if it is obtainable from another source without restriction.

The data subject to this restriction is contained in sheets

. Our failure to mark the proposal with a l

legend or otherwIIIe identify and restrict the disclosure and use of data in the proposal shall be interpreted by the NRC as an acknowledg:nent that the contents of the Technical Proposal may be released, disseminated, or otherwise disclosed by the NRC pursuant to a Freedom of Information Act request."

c. Moreover, each sheet for which the offeror desires to restrict disclosure shall be marked with the followino legend:

"Use or disclosure of proposal data is subject to the restri: tion on the title page of this proposal. I claim that information contained herein is proprietary and shall not be disclosed by the NRC in accordance with Exemption 4 of the Freedom of Information Act."

) )

l

i Page 15

, 13. PROPOSAL PRESENTATION AND FORMAT

a. Proposals will be typewritten or reproduced on letter-size paper and will be legible in all required copies. Unnecessarily elab-l I

orate. brochures or other presentations beyond that sufficient to present a complete and effective proposal are not desired and may  ;

be construed as an indication of the offeror's lack of cost con-  !

sciousness. Elaborate art works, expensive paper and binding. l expensive visual and other presentation aids are neither necessary i nor desired. Legibility, clarity, and completeness are important.

b. Proposals in response to this Request for Proposal shall be sub- {

mitted in the following three (3) separate and distinct parts: 1 (1) One (1) original signed copy of this solicitation package.

All applicable sections must be completed by the offeror.

(2) One (1) original and six (6) copies of the " Cost Proposal" shall be submitted in accordance with the guidelines set forth in the paragraph below entitled, " Business Management Require-ments."

(3) One (1) original and six (6) copies of the " Technical Proposal" shall be submitted in accordance with the guidelines set forth in the paragraph below entitled, Technical Proposal Content."

t Each of the parts shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation )

i of the other. All documents submitted shall have a cover page with j the identifying RFP title, the solicitation number, and name of the' offeror. {,

1 NOTE: If your records are currently under audit cognizance of a  !

Government audit agency, the address and telephone number of that office should be furnished on the " Proposal Sumary and Data Sheet."

One (1) copy of the solicitation package, Technical Proposal, and l Cost Proposal shall be submitted by the offeror to the cognizant audit agency concurrent with the submittal of the proposal to the I NRC.

14. BUSINESS MANAGEMENT REQUIREMENTS I
a. Cost Proposal l

The offeror should utilize the Optional Form 60. Contract Pricing Proposal (Research and Development), in submitting the Cost Proposal for a 48 month contract estincted to involve a level of effort of 40 man years.

Offerors may, however, submit the necessary information in a different format where the offeror's accounting system makes use of the form impractical, or when required for a more effective and efficient presentation of cost information. In either instance, the information furnished shall include pertinent ' details sufficient to show the elements of cost upon which the total cost is predicated.

( i Page.16 Cost will be evaluated on reasonableness, validity, and reli-ability.

The " Cost Proposal" must include, but is not limited to, the l following:

Material - A detailed listing of items including the quantity, I

basis of cost estimate, unit cost and sources of cost.

Labor - The basis for the estimated hours broken down by category and task, and the source of labor rates.

Level of effort data shall be expressed in man-hours.

Indirect Cost - The source and basis of detennination cf all indirect costs.

Travel - The breakdown of all travel by trips, segregating all transportation and per diem costs. Copy of the official Government approval of the offeror's travel policy, if granted, or in lieu thereof, a copy of the offeror's travel policy.

NOTE: In the absence of a Government approved contractor travel policy, the prevailing Federal l Travel Regulation rates and the clause entitled,

" Travel Reimbursement" in Part III shall apply.

Other a. The offeror's fiscal accounting period (Fiscal Year) and the name, address, and the telephone number of the offeror's cognizant Government audit 6gency. 1

b. Each offeror shall be required to develop an Equipment Plan for the utilization of Government owned equipment. See Part II, Paragraph 15, Technical Proposal Content, subparagraphs 6 through 12. As part of the cost proposal, the ,

offeror shall include all shipping and related costs, as defined in the above mentioned sub-paragraph to utilize the Government-owned equipment. Although the equipment shall be furnished on a rent-free basis, the offerors shall also apply the rental equivalency factor as stated in Part II, Paragraph 15, subparagraph 11 and include the resultant costs as part of the cost proposal for evaluation purposes.

L _ __ - ______--__-__-_ ___ __--

s ,

' Page 17 E

b. Management The management aspects shall include, but not be limited to, the l

' following and any data pertinent thereto: l (1) Project scheduling and contingency planning. demonstrating a logical progression and integration of the tasks to insure completion within the performance period and without program  :

slippage. l (2) Management organizational structure delineating areas of respon-sibility and authority under the proposed effort. Describe the relationship of the project organization to corporate management and to subcontractors, if any. Discuss the functions and author-ities of the project manager.

(3) Procedures to periodically review in-house organizational func- l tions, program reviews and controls and subrequent coordination '

with the NRC.

(4) Management controls expected to be utilized to preclude a cor.- <

tract cost growth.

c. Manpower Availability  :

Describe the source of personnel required fbr perforr.ance of each task and not presently employed by the offeror. If any of the personnel are under commitment, describe the terms of the commit-ment (s). Note specifically the personnel that will be on board subject to a contract award.

I a

l l

k_..___._.__.__-...- -

Page 18 j 1

d. Consultants Explain the need for consultant services. List proposed evnsultants i f known by name. For each list show (1) nature of serv'ces. (2) fee rate, and (3) total consultant fee and any other af' owable related costs which may be involved, such as travel r.d per diem.

Such fees may not be paid to . employees of the contre tor or to employees of the U. 5. Government,

e. Subcontractors If the offeror plans to subcontract any of f,ie work to be perfonned, j list proposed subcontractors if known by r;me. Provide a detailed breakdown of specific work to be subcont'. acted and the approximate l cost involved,
f. Labor Surplus Area Program Requireme,sts j

In keeping with the federal Labo- Surplus Area Program, the offeror is required to provide informat son on the general economic conditions '

of the area in which subcontractors are located, exact location of sub-contractors (state, city, ccanty), and the unemployment rate for the area, if known.

g. Additional Facilities o Property 1

In the event the offc.ror contemplates acquiring additional facilities '

er property in the performance of this work, such facilities or prop-erty shall be sep';rately identified.

l

h. Other Contract ,al Com:nitments The offeror shall list any commitments with other organizations, Governmental or private, and indicate whether these connitments will or will not interfere with the completion of work and services i contem91ated under this proposal.

l l

9 l

l

Page 19

~

15. TECHNICAL PROPOSAL CONTENT The Technical Proposal shall not contain any references to cost.

Resource information such as data concerning labor hours and categories, materials., subcontracts, travel, computer time, etc., shall be included J

in the Technical Proposal so that the offerori understanding of the  :

scope of the work may be evaluated.

The offeror shall submit with the Technical Proposal full and complete information as set forth below to permit the Government to make a thorough evalustion and a sound determination that the proposed approach will ,

have a reasonable likelihood of meeting the requirements and objectives {

of this procurement. '

Since the Technical Proposal will primarily determine the capability of '

the offeror's organization to provide the expertise requested by the Request for Proposal (RFP), it should be specific and complete in every detail. The proposal should be practical and prepared simply and economically, providing straightforward, concise delineation of concepts and capabilities to satisfactorily perfonn the work required by the RFP. The proposal shall not merely offer to perfonn the work in accordance with the Statement of Work but shall describe the actual work proposed as specifically as possible. The Statt.ent of Work reflects the problems and objectives of i the program under consideration; therefore, repeating the scope of work without sufficient elaboration will not be acceptable. The Technical Proposal shall set forth as a minimum, the following:

1. Proposed Program Plan A proposed program plan shall be included in the Technical Proposal which shall divide the entire program into discrete tasks and subtasks in accordance with the general format delineated in the Statement of Wo rk. Each designated task and subtask section shall contain discussions as to the approach to be followed to meet the scope of the work requirements to substantiate the offeror's understanding of the program and his proposed method of approach to meet the objectives.

In the discussion of the work to be done in each subtask, the offeror shall, in addi' ion to that infonnation specified under each subtask in Section D, " Delineation of Contractor Tasks," and the information defined in the above paragraph, include the following infonnation:

Taskla) Material and, geometry of specimen, Number and type of tests to be conducted and the format of the data to be developed,

, Page 20 I Humber of specimens to be fabricated and tested.

Identification of the reactor wherein the specimens are to be 3 irradiated.

Type and number of capsules to be employed.

Level (s) of irradiation for specimens, Task lb)

  • Specimen (s) material (s)and geometry (ies),

j Type of test (s) to be conducted and format of data to be developed, Number of specimens to be fabricated and tested.

Task ic)

  • Type of analysis to be carried out, Type of experiment to be carried out to validate analysis, Specimen material and geometry, Number of tests to be carried j out and format of data to be i developed.

Task id)

  • As previously described.

Task le)

  • Matrix of piping material to be I i

tested.

Test specimen (s) material and geome try.

Humber of test specimens per material tested, 1 Type of tests to be carried out and the form' at of the data to be developed. i t

i

Page 23

^

Taskif)

  • As previously described.

Task 2a) Specify naterials to be used, Specify PWP. enviroment to be applied during testing.

Specify specimen geometry and surface. finish,

.Specify nunber of tests and loadings, ,

Specify format data to be developed.  !

Task 2b) As previously described. ,

J Task 2c) Describe test procedures, specimen geometry and specimen material; Propose matrix of tests (type and number);

Specify the format of the data to be developed.

Task 2d) Describe test procedures, specimen geometry and specimen material; Propose matrix of tests (type and number);

Specify forrat.of the data to be developed.

Task 2e) As previously described.

Task 2f) Describe type of experiment to be developed, Show relation of work proposed for this subtask to work performed in the other subtasks.

page 22 Task 2) 9 Specify materials to be used,

.Specify the nunter of tests and the load history for each test.

Task 2h) As previously specified.

Task 3a) ' Specify materials to be tested.

Specify type of specimen to be empl oyed.

Specify number of specimens to be tested.

Specif. the irradiation and the reirradiation fluence levels and ,

the anneal temperature-time conditions, Specify the reactor wherein the specimens will be irradiated.

Specify the specinen test procedures Task 3b) Specify the chemical combinations to be studied, Specify the specimen seometry, Specify the irradiation fluence levels and the anneal procedure (s).

Specify the reactor wherein the specimens will be irradiated.

Specify the format of the data to be developed.

Task 3c) Specify the details of the experimental program needed to validate any mechanism rodel developed.

Task 3d) As previously specified.

Task 3e) As previously specified.

Task 3f)

  • As previously specified.

I I

2. Program Schedule This section should include the period of performance, proposed duration

'of each task and subtask (see 1. above) in months and milestone charts, showing start, duration and completion points for each task and subtask.

Each task and subtask shall be scheduled within the full period of the contract. The start and completion dates of each subtask and how each subtask integrates with each other and the overall program schedule to demonstrate the maximum utilization of staff and equipment shall be a key evaluation point. The prioritization of task completion is delheated in Section I of the Statement of Work. All annual and topical reports for this program should have separate milestones.

3. Project Organization This section should show the organization of personnel planned for this program. As a minimum, this section should contain the following:
a. Organization Chart showing the key personnel to lead and work on each subtask. For the personnel so identified, specify the percentage of time that will. be committed to the proposed work and other projects over the course of the contract period of performance.
b. General experience and badground of the bidder on similar projects.
c. Details of the proposed subenntracting anticipated. Each specific subcontractor will be identified, their scope of work discussed, and the integration of their work with each subtask detailed.
4. Personnel Qualifications This section shall contain the resumes for all professional personnel to be utilized in the performance of this contract. Include educational background, specific pertinent work experience and a list of any pertinent publications authored by the individual.
5. Potential Problem Areas The bidder should indicate and discuss in detail potential, inherent, or

' anticipated problems that might occur in the performance of this program.

Such discussions should be adequate to illustrate the bidders complete understanding of the technical basis of the required. work. Such discussions should include the possible impact of these problems on the program plan and milestone schedule. further, the bidder should discuss possible resolutions to the identified problem areas.

U

Page 24

6. Since a significant amount of Government furnished equipment (GFE) will be used in this program, the bidder must specify, in an Equipment Plan, from the GFE listed in Attachment 7, those items of GFE which will be used by the bidder in the performance of this program. Failure to specify any item of GFE will relieve the Government of any obligation to make that item available to the successful bidder as a rent free item. The intended use of other equipment, whether such equipment is presently owned or leased by the bidder, is GFE which can be used by the bidder under another Government contract, or will be acquired by the bidder, whether by lease or purchase, must be disclosed in the Equipcent Plan. Such other equipment will be specifically identified under each such category. If other GFE will be used, the written permission of the contracting officer having cognizance of that property must be submitted with the bid. The impact on overall cost to the Government of the intended use of other equipment will be disclosed in the bidders cost p roposal . The bidder shall also discuss in the Equipment Plan the support personnel and estimated cost to maintain the equipment as required by Clause 2.12 of the Ger.eral Provisions. (See Attachment 5).
7. Government-owned equipment as listed and described in Attachment 7 is offered in its current condition on a rent free basis and shall be used whenever and wherever possible in the performance of the resultant contract, subject to the terms and conditions set forth below.
8. Some of this equipcaent is presently located at Materials Engineering Associates, Inc. (MEA), 9700 8 George Palmer Highway, Lanham, Maryland 20706; most of it is at the nuclear reactor test facility at the University j of Buffalo, (UOB) Buf falo, New York. Any bidder desiring to inspect this equipment may do so by contacting the U.S. Nuclear Regulatory Conrnission, w__________- - - _ _

Page 25 Division of Contracts, Attn: Debbie Shew, Washington, D.C.

20555, Telephone (301) 492-4294.

The inspection of equipment at MEA will occur on September 15,1983 at 9:15 am (EDST) and at 008 on September 16, 1983 at 9:15 am (EDST).

Expenses incurred in connection with the inspection of the equipment shall be borne by the bidder.

9.

The government-owned equipment which is specified by the bidder shall be made available to the successful bidder at its present location. The successful bidder shall be responsible for dismantling, crating, loading, shipping, unloading, uncrating, reassembling, installing, testing, and making the specified equipment as operational and usable at the new location as it was before it was shipped. The estimated cost of so doing shall be separately identified in bidders' cost proposals.

10.

Bidders are advised that " rent free" use will only be authorized for items of GFE which are specified in the Equipment Plan.

The successful bidder will be permitted to use such items of GFE rent free only for the periods of time which were expressed in months under paragraph 11 (c) below.

Use for any pericd beyond that stated, or use of any 1 tem of GFE on any other contract or for any purpose other than the accomplishment of the work under this contract, will not be authorized unless the contractor obtains prior authority from the Contracting Officer and a fair rental charge is paid for such use. ,

If GFE is used without prior authorization, the charge for such use shall be based upon the monthly rental rate determined under paragraph 11(a) below.

The Government hereby reserves the right to either collect such rental charge from the contractor or supplement the contract so as to reduce the total contract price by the amount of such rental charge.

I'

(

Page 28 assigned to the project? expertise and experience embodied in the peo Has the organization performed work in related areas to this project? that would provide valuable experience relative

'(b) Personnel Qualifications (20 points).

Are the people who would be working on the program highly qualified in the appropriate technical- and managerial areas?

(c) Testing Facilties (5 points)

Does the organization making the proposal have the appropriate facilities and equipment that when integrated with the GFE allow the contractor to effectively perform the derived testing?

2. Technical Approach (40 points) 1 (a) Understanding of the Problem. (20 points) of the state of the art in the areas of fracture testin methods development, environmentally assisted fatigue and fatigue crack growth, and irradiation affects on pressure of the various objectives of the program? vessel steels and (b) Soundness of the Approach. (15 points)

Has the offeror the objectives proposed specified sound technical approaches to achieving in the RFP?

l clear and does it demonstrate competence in fracture testingIs th and test methods development, environmentally assisted fatigue and fatigue crack growth, irradiation effects and postirradiation fracture toughness recovery, test reactor operations, hot cell operations, handling radioactively activated material, handling, shipping and disposing of radioactive materials, and other appropriate technical disciplines?

(c) Anticipated Major Difficulties. (5 points)

Does the proposal recognize major difficulties and suggest possible solutions and contingencies? ,

i i

i

. i I

Page 30 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE l A. General. Bids or proposals under this procurement are solicited only from II) srall business concerns and (2) eligible organizations for the handi- )

capped and handicapped individuals under the Small Business Act. The j procurement is to be awarded only to one or more such concerns, organizations, or individuals. This action is based on a determination by the Contracting Officer, alone or in conjunction with a representative of the Small Business Administration, that it is in the interest of maintaining or mobilizing the Nation's full productive capacity, or in the interest of war or national defense programs, or in the interest of assuring that a fair proportion of Government procurement is placed with small business cencerns, or in the interest of assisting eligible organizations for the handicapped and handi- )

capped individuals. Bids or proposals received from others will be considered

nonresponsive.

B. Definitions. The term "small' business concern" means a concern, including its affiliates, which is independently owned and operated, is not dominant in the field of operation in which it is bidding on Government contracts, and can further qualify under the criteria set forth in the regulations of the Small Business Administration (13 CFR 121.3-8). In addition to meeting these criteria, a manufacturer or a regular dealer submitting bids or pro-i posals in his own name must agree to furnish in the performance of the l

contract end items manufactured or produced in the United States, its terri-tories and possessions, Corrmonwealth of Puerto Rico, the Trust Territory of the Pacific Islands, and the District of Columbia, by small business concerns: provided,.that this additional requirement does not apply in connection with construction or service contracts.

i 1 i l

I s . , , (

Page 31

\

I 1

1 l

SIZE, STANDARD AND PRODUCT CLASSIFICATION l

It has been determined that the material described herein is classified under the Standard Industrial Classification Manual as No. 8911 for Enginaciing Services and a firm is classified as a small business concern l if its average annual receipts for its preceding three fiscal years do ne.t exceed 7.5 million dollars.

l l

l l

l l

1 1

PART 111 1 I CONTRACT SCHEDULE

, Page 32 i ARTICLE I - STATEMENT OF WORK STATEMENT OF WORK  !

1.0 INTRODUCTION

j l

The Nuclear Regulatory Conrnission (NRC), Office of Nuclear Regulatory ,

Research (RES), has a continuing need to develop analytical methodologies. l test procedures, and data bases relating to the fracture toughness and '

resistance to (or susceptibility to) environmentally assisted fatigue crack growth of nuclear grade steels and welda,ents in both the unirradiated and irradiated conditions. -The methodologies and data are to be applied to the safety evaluation process carried out by the NRC to ensure the continued safe operation of the present generation of light water reactor (LWR) pressure vessels and piping and to assist in the formulation and/or modification of standards, codes and federal regulations dealing l

with material selection, fabrication and operation of such existing or new vessels and piping.

2. 0 GENERAL BACKGROUND In general, th'is program consists of engineering and research in the areas of frachtm, fatigue and radiation sensitivity and properties of nuclear grade , eels and weldments. The specific duties of the contractor l

in performing this program are set forth in Section 4.0" Delineation of Contractor Tasks." In addition to these specific tasks the contractor l will also have responsibilities in the following activities: {

i Maintenance and proper utilization of HRC owned and supplied equipment; Supervision of all research activities, subcontracting activities and coordination of this program with all other NRC programs where relevant and applicable, such as the Heavy Section Steel Technology

.(HSST) program at the Oak Ridge National Laboratory (ORNL);

Subcontracting for and supervision of irradiation operations; Construction (where necessary) and operation of unique experimental facilities, including high temperature (288 C) fracture testing apparatus and high temperature autoclaves; The design, fabrication, and pos irradiation disassembly of in-test-reactor experimental ccmponents; Flux n.onitor preparation and analyses; Hot cell cancgement arid operation; and Cisposal of radioactive waste in accordance with NRC and 007 regulations.

7 L i

.a*- fracture toughness. characterization of nuclear grade pressure Page 33 vessel and piping steels.and weldments, both unirradiated and

. irradiated;

, Development of experimental data and the expansion of an existing, data base defining corrosion assisted fatigue crcck growth in nuclear grade pressure vessel steel, piping, and weldments in simulated LWR requirements; The development of a mechanism model to explain. corrosion assisted '

fatigue crack growth in tenns of environment, loading, and steel constituent chemical elements; ,

The development of a data base relating sensitivity to radiation j damage as a function of fluence and nuclear grade steel's residual and alloying elements; The development of a mechanism model to explain and allow predictions of radiation damage of nuclear grade steels and weldments; and The general development of elastic-plastic fracture toughness testing techniques, both for unirradiated and irradiated materials.

Thus, the purpose of this specific. program is to continue and enhance an '

ongoing program of providing analytical and experimental methods and data that are necessary to ensure the structural safety and reliability of pressure boundary components in light water reactor systems. Because I this is an ongoing program, some of the tasks defined in Section 4.0, l

" Delineation of Contractor Tasks," deal with experiments and radiation set-ups that are in mid-phase and will be in process at that start of {

the contract period, and/or are commitments which are well defined and must be completed under this scope of work and during the planned time period of contract execution. The other tasks delineated in Section 4 9, are new and require definition and scoping on the part of the contractor.

Another consideration of which the bidder must be aware is that most, but not all, of the equipment required to carry out this study is government owned and is presently being utilized in .the conduct of this ongoing program. A list of this equipment is shown in Attachment 7.

3.0 _ CONTRACT OBJECTIVES The objectives of this program are:

a.

To continue and complete all outstanding elements of the previous, ongoing progro e as detailed in Sect. ion 4.0" Delineation of Centractor l Tasks."

b. To continue to provide to the f4RC analytical and experimental mc-thods and data that are necessary to ensure the structural safety and reliability of pressure boundary components in light water reactor systems. Specific objectives are: -

( Page 34' i Development of criteria for elastic-plastic fracture toughness considering the effects of product form, specimen size, and-irradiation;

~

Development of.a mechanism model relating metallurgical factors to sensitivity to irradiation embrittleroent and postirradiation  !

property recovery; j Development of an experimental data base validating the irradiation effect mechanism nodel; Development of S-N fatigue curves for nuclear grade steels in LWR environments; Development of an experimentally validated mechanism model-defining environmentally (LWR conditions) assisted fatigue crack growth;'

Development of a relationship that delineates the ictal fatigue-process; i.e., propagation following initiation as would occur in LWR environments; and

)

1 Development'of an effective cumulative damage or usage factor for environmentally assisted fatigue crack growth,

c. Develop a computerized fracture mechanics data base for all steels and weldments used in LWR piping applications.

4.0 DELINEATION OF CONTRACTOR TASKS l

The contractor shall furnish all personnel, materials, equipment not i supplied by the government, facilities, and services necessary to perform the technical tasks listed below. The contractor shall be accountable for, maintain, and upgrade as required, and as. agreed to by the NRC Technical fionitor, all government supplied equipment supplied for the performance of the following tasks.

4.1 Task 1: Fracture Toughness Criteria The major focus of this task will be directed to characterizing the i fracture toughness of nuclear grade steels and weldments with erghasis -

on elastic-plastic behavior, test methods, size effects, and data generation.  !

Investigating the behavior of irradiated materials is a key eletent of this task.

Areas to be addressed under this task are:

Fracture resistance of stainless steel-clad vessel steels after irradiation, ,

Transition regime correlation of dynamic Cy and DU-NDT with static Elc/XJc tests,

i Page 35 Warm prestress effect under simulated transient loading.

Irradiation-induced K Ic curve shift, Piping fracture mechanics data base, and Characterization of irradiated CT specimens from thc HSET 4th irradiation program.

These areas are detailed as follows:

a) fracture Resistance of Stainless Steel-Clad Vessel Stcels After Irradiation: The engineering significance of stainless sicel cladding to the fracture resistance of the irradiated pressure vessel is largely unknown. An initial study of this subject is being conducted by the HSST program at ORNL. The work being done there deals with large clad plate specimens and with irradiation ,

effects on cladding material Charpy specimens. The cladding material is both A-308 and A-309 type stainless steel. This program is deccribed in References [1], [2], and [3]. The scope lof the work in this task is to complement, not repeat, the work being dene at ORNL. Emphasis should be placed upon the development of a relatively small laboratory type specimen that is capable of being irradiated in existing design capsules and when tested in both the irrcdiated and unirradiated conditions will render data directly usable in assessing the role played by pressure vessel cladding in either enhancing or mitigating crack initiation and arrest during a postulated pressurized thermal shock [4] scenario.

i b) Transition Regime Correlation of Dynamic Cyand DW-NDT with Static l

K}c/KJc Tests: Insufficient information exists to clearly define ~

the relat'ionship of C y'and DW-NDT test methods with static K transition temperature assessment of irradiated material. Limitd[1Ic/K research indicates that variability in allowable welding procedures [5], [6]

can cause significant variation in test results using DW-NOT specimens to determine the NDT and .hence the RT A recent Electric Power Research Institute _(.EPRI) study [80T.7] has sugcested that the Cy curve may not provide a conservative index of the fracture toughness transition behavior of irradiated roaterial. The scope of the subtask is to compare C , yDW-NDT and K~c/K 3c transition curves, both irradiated and unirradiated, for a sma'I number of A-533-B steels plates of different compositions; to identify the parameters of specimen geometry and fabrication that are sensitive to unacceptable variability; to develop sufficient data to allow 'a statistically acceptable data base to permit a thorough evaluation of the present RT NDT indexing procedure and the " curve shif t" procedure based upon the shif t in the C y curve.

l

1 Page 36

  • c) Marm Prestress Effect Under Simulated Transient loading: Previous studies [8), [9] have shown the warm prestress (WPS) phenctchon to be a major contributing factor to the prevention and/or r. minimization 1

of crack extension through the pressure vessel wall during a LOCA.

This conclusion was reached on the basis that fracture could not occur as long as the applied KI decreases with time regardless of the Kj /K ratio. During a pressurized thennal shock event, however,Icthe KI level can increase following a decrease from an initial K], themaximum ratio of Kvalue. At the

/K c was lesstime of 1.0.

than the initial maximum value of I I As the PTS event progresses, the temperature ~ at the crack tip falls with an accompanying fall in the value of KI c at the location. As the PTS event progresses, repressurization could occur, resulting in a rising XI at that location. The question to be resolved is how much of a K I increase,

) with XI /KI c greater than 1.0, can be tolerated before the beneficial effects of WPS are overcome and the crack initiates. The scope of work in this subtask should involve both an analytic and a modest, relatively small scale, experimental program to demonstrate and validate during PTSanalytical and LOCA methods for the analysis of the WPS phenomenon, transients.

i d) Irradiation-Induced KIc Curve Shift: This subtask is a support I activity for the Fifth Irradiation Program being conducted by the '

HSST program.- It involves the testing of a large nurrber of Cv, l Compact Tension and DW-NDT specimens, both unirradiated and irradiated, during Fiscal Years 1984, 1985, and 1986. All specimens will have the crack plane through A-533-8 weld material. This work will be 3 coordinated with the HSST Program management at ORNL. {

A brief i

description of this HSST program is presented in Attachment 8. The responsibility of the selected contractor will be to test the spccinens shown in Table 1 (see Attachment 9). This testing will involve Charpy, i I

Compact (E-399, KJ and J-R Curves) and DW-NDT specimens, with the compacts as large as 8T unirradiated and 4T irradiated. j e) Piping Fracture Mechanics Data Base: With the advent of newly developed elastic-plastic fracture mechanics methodology, par ticularly the Tearing Modulus Method for analyzing the potential for ductile fracture, there is a need for ductile fracture data for the steels and v;eldoents that constitute the piping systems of present day U.S. nuclear power plants, both PWRs and BWRs. This work was '

initiated under the previous contract and it is expected that the following work will be completed before the start of this contract:

Identification of piping materials used in commercial nuclear power plants. A sunmary of Table 2. (See Attachment .

10)this information is shown inIt should be is incomplete in that it does not include Inconel' safe ends and Iconel-to-stainless steel welds. .

' Page 37 Collection and review of available piping J-R curve data. ,

A data base computer system will be identified with preference to one that is government owned; costs for impicmenting the data base will be identified and the data sheet format will be prepared. ,

The scope of work for this subtask is to develop an experimental data base of the ductile fracture toughness of the piping materials j and welds .comonly used in.U.S. comercial nuclear power plants and to implement a computerized data base system that will allow rapid j retreival of raw data and evaluated data'such as C y . tensile properties.

and J Ic and J-R curves. The data must cover the properties 1 of 1 these materials in all applicable crack-to-piping related orientations.

The contractor will be responsible for material procurement, specimen l preparation, testing and data base implementation. is As part of.

the scope of this subtask, the contractor shall prepare a matrix of test materials, specimens and test temperatures.' The. number of specimens -identified for each material should be sufficient in -

number so as to minimize the uncertainty due to data scatter.  :

4 The contractor should be aware of and coordinate the work done on this subelement:with ongoing and planned programs carried out by this agency and other groups. Some NRC work along t! ase lines has been conducted by the U.S. Navy's David Taylor Naval Ship Research and Development Center.in Annapolis. Other work is being done by the Materials Properties Council (MPC) and by the Electri.c Power ResearchInstitute(EPRI).

f) Characterization of Irradiated.CT Specimens from the HSST 4th Irradiation: This subtask is a completion of an ongoing support activity for the HSST program.. All work on this activity is expected to be complete early in FY 1984. The scope of work entails testing 38 irradiated 1T-compact tensile specimens. The specimens will be' J approximately divided into two equal groups for testing in the transition regime and the upper shelf regime respectively. Upper shelf testing will be condu ted at 250 F, 400 F and 550*F. As in I subtask id) above, this wor < will be coordinated with the HSST program management at ORNL. -

4.2 Task 2: Environmentally-Assisted Crack Growth in LWR Materials  !

This task is directed at an evaluation of environmentally-assisted crack growth, both cyclically and statically-induced, for a variety of materials and service conditions. The technical. progress'in environmentally-assisted crack growth has increased enormously in the past few years, i

j

Page. 38

  • due largely to 1) an increased data base, 2) the subsequent definition

- of critical variables and their degree of influence, and 3) the formation of tentative assisted roodels crack growth. for the micromechanistic processes of environmentally-In view of the progress which has' been made on these fundamental studi,es, research may now realistically begin on the application of these and future basic results to reactor-typical components, including the effects of "real" defect geometry, service loadings, stress concentration and gradients, environments, etc.

Task 2 contains elements addressing various aspects of crack initiation and propagation in PWR typical primary and secondary environments. The program shall provide for continuation of the existing fundamental studies and for expansion into new areas of initiation and environmentally-assisted elastic-plastic fracture. This fundamental work is to be coupled with research that will lend itself directly to application to modification and/or extension of appropriate chapters, paragraphs and appendices of Section III and XI of the ASME Boiler & Pressure Vessel Code. Elements of this task are as follows:

Development of S-N curves for nuclear grade steels in U.'R environmelits; Continuation of environmentally-assisted fatigue crack growth data development; Study of the effect of "real" crack geometry, and 3D constraints on environmentally-assisted fatigue crack growth; Development of data defining the effect of cladding (with' cracks through cladding) on environraentally-assisted fatigue crack growth in ferritic substrate, for "real" crack geometry and constraints;

' Development of an experimentally validated micromechanism model, defining environmentally-assisted fatigue crack growth for PUR environments; Development of a relationship that delineates the total fatigue process in PWR environments; i.e., propagation following initiation; and

~ Development of an effective cumulafive damage or usage factor for environmentally-assisted fatigue crack growth.

These areas are detailed as follows:

a) Development of S-N Curves for Nuclear Grade Steels in PWR Environments:

General Electric, under partial sponsorship of the EPRI(10],'has completed a 3-year program entitled "BWR Environmental Cracking..

f'.argins for Carbon Steel Piping." One significant element of this program dealt with the investigation of the fatigue behavior of carbon steel components in high-temperature, BWR environments. In that work, both smooth and notched specimens of SA-333-Gr6, and SA-106-GrB material were tested in air and two levels of relatively high (0.2 PPM and 8 PPM) oxygenated water at primarily 288'C (550 F).

1

. Page 39

- Loading conditions included fully reversed as well as zero-to-tension cases, and the data were evaluated using conventional code procedures.

The data in air at 288 C (550*F) showed a factor of 2 (on cycles) ~ decrease in failure lifetime as compared to the Code mean data curve for testing in room-temperature air. In oxygenated water environments [saturoted water at 288'C (550 F)], a further reduction in fatigue lifetime was observed. In general, high-amplitude / low cyclic frequency loading results in the most pronounced environmental effects.

l In this solicited program subtask,. the contractor shall develop and  !

carry out a similar study for a select number of PWR piping materials and welds under simulated PWR environments. l Particular emphasis  ;

shall be placed on specimen surface finish to the degree that the specimens tested will have code allowable surface finish and contain code allowable surface defects. The contractor shall specify the materials to be tested, the water chemistry, the specimen geometries. i the type of tests to be conducted, and the methods to be used to l evaluate the raw data. ,

l In the proposal the contractor will propose the number of tests that the contractor deems sufficient to establish an S-N fatigue.

curve that minimizes the uncertainties that arise from expected ~ i data scatter. The end objective of this work is to develop an S-N {'

fatigue curve for, steels and weldments in PWR environments. Inherent in this study, and using the previously developed GE data, is a determination of the differences, if any, in the developed S-N '

curves for BWR and PWR environments.

b) Continuation of Environmentally Assisted Fatigue Crack Growth Data I Developraent: These tests have formed that basis of the subcritical crack growth program of the NRC for the last decade. Results from this program, together with other work carried out by Westinghouse and General Electric formed the basis for the water line curves now incorporated in Section XI of the ASME B&PV Code.- Sucmaries of 1 past work from this progrqm chn be found in References [11), [12],

I ~

and[13].

The i scope of work for this subtask ' falls into 3 cat 6gories. All

' nvolve testing of IT and 2T compact tensile specimens, both irradiated and unirradiated, with various R ratio loadings, under simulated I

PWR environrants. The first category involves specimens that will be in autoclave undergoing testing at the time of the start of this contract. The second category involves both irradiated and unirradiated j

specimens that will be tested durihg this new contract period. The third category involves a continuation of the same type of testing but with additional specimens acquired from new heats of A533B plate, A508 Cl 1 forging, welds and HAZ material and specir. ens obtained from different piping materials. The exact type and number of specimens for category three will be defined precisely by the contractor, with the concurrence of the NRC Project Monitor, after completion of the first year of the contract period. For purposes of planning and cost estimation the contractor should plan on period.testing 54 specimens during the remaining portion of the contract Note:

be irradiated. None of the specimens in the third category will .

( ( Page 40 l j

\

- Table 3 (See Attachment 11) gives a detailed description of the specimens that will be in autoclave and test frame at the start of the, contract period.  ;

Tables 4.1. and 4.2. show the unirradiated and irradiated pressure vessel steels (all specimens fabricated and where indicated, 1 irradiated) which must be tested during the first year of the contract period. Table 4.3. shows the planning for piping steels

. contract specirens which must also be tested during the first year of the period. Those specimens shown in Table 4.3. have not been ,

fabricated and such fabrication will be the responsibility of the contractor. ,

(See Attachment '12 for Table 4. ) .

c) Study of the Effect of "Real" Crack Geometry and 3D Constraints On Environmentally Assisted Fatigue Crack Growth: The vast perponderance of environmentally assisted fatigue crack growth data has been developed using specimens of the compact tensile' type. Such specimens are characterized by relatively large crack dimensions, straight crack fronts, constant K]s along the crack front and a condition where the corrodent surrounds and wets all surfaces of the specimen.

This is markedly different from those conditions which prevail in "

the case of "real" crack geometries in cylindrical bodies. For thise latter condition initial' crack dimensions are usually small, the crack front is not straight, the Kys are not constant along the crack front, and the corrodent washes only the surface of the body that contains the crack. Presently, environmentally assisted fatigue crack ~ growth assessments of defects found in real structuras are carried out using the compact tensile specimen derived data.

The specific objectives of this subtask are to 1) develop a test i procedure or test procedures that will allow the determination of j envirorsentally assisted fatigue crack growth of "real" geometry (semi-elliptical or half-penny) cracks, under 3D constraints and j

PWR environments; 2) develop a matrix of tests that will generate I sufficient data to allow a thorough evaluation of the applicability of existing compact-tensile specimen derived data to the analysis of "real" defects in PWR components; 3) carry out the testing; and

4) carry out the called for evaluation. ,

l d) Development of Data Defining the Effect of Cladding (with crack 1 through cladding) on Environmentally Assisted Crack Growth in the j Ferritic Substrate for "Real" Crack Geometries and Constraints:

Many components which comprise the pressure retaining boundary of PWR primary systems are fabricated from stainless steel clad carbon steel. The principle examples of this are the reactor pressure vessels. No environmentally assisted fatigue crack growth can-occur in the carbon steel substrate until a crack penetrates through the cladding and exposes tN substrate to the water environment.

The work described in section 2.c) above should give information dealing with the crack growth characteristics of "real" flaws in the absence of the' cladding.

The specific scope of this subtask is to introduce cladding, typical of that found in older and present practice U.S. PWRs into the test procedure developed in Section 2.c) and to carry out sufficient tests so as to determine the effect of the cladding on the environmental)y assisted fatigue crack growth data developed in that subtask.

Page 41' e)

Development of an i q.erimentally Validated Micro-tiechanism Model Defining Environmentally Assisted Fatigue Crack Growth for FWR i Environments: In recent years, several different micro-mechanism -

models have been proposed which attempt to characterize environmentally assisted fatigue crack growth from the viewpoints of the steel's I i

constitutive chemical e.lements, the water chemistry, the crack tip i strain rate, crack tip blunting, corrosion product build up in the crack, and crack closure phenomena. A generally validated micro- i nechanism model is needed to allow extrapolation of existing data to other materials and loading conditions than for those developed empirically. Without such a model experimentally derived, cata must be relied upon and such data is long and costly in generation.

The specific scope of this subtask is as follows: 1) document, review, and evaluate all existing proposed micro-mechanism r-adels {

for environmentally assisted fatigue crack growth; 2) based upon the evaluation conducted in 1) either select one that is judged to_,.

be correct or depending upon their domains of applicability, select more than one; 2) develop a matrix of tests to experimentally . I vaMdate the model(s);'and 3) carry out these tests and complete the evaluation'.

  • As an alternative the bidder may propose a new or modified micro-mechanism model which the bidder believes is superior to those presently available.' The bidder should then define a series of experiments to be carried out to validate the proposed model.

f) Development of a Relationship That Delineates the Total Fatigue Process in PWR Environments: At present there is a disconnect ,

l. between the classical interpretation of fatigue life.of a. structure-as defined by 5-N curves and the prediction of structural failure' due to fatigue crack growth.

This is especially'true of environmentally {

assisted fatigue and environmentally assisted fatigue crack growth.  !

The development of an understanding of the relation between crack initiation (basically S-N curves) and crack propagation would go' far in the establishment of a~ realistic basis for the fatigue' design of nuclear components.

It is understood that the effort to develop such a relationship for a wide range of environmental conditions could be an immense and extremely costly undertaking.

It is hoped that a modest program limited to PWR normal oprating conditions can be constructed. All the information generated in the previously defined Task 2 subtasks should supply informatier relative to this problem.

i l

It is believed that this information, coupled with a select series of innovative ~ tests, can develop an initial.

insight into the development of the desired relationship.

9) Development of an Effective Cumulative Damage or Usage factor for Environmentally Assisted Fatigue Crack Growth. Almost all l

Page 42 environmentally assisted fatigue crack growth data has been generated under constant load cmplitude or constant aKI values. These data have led to the presently defined air and water lines for the 1

i fatigue crack growth curves in Section XI for the ASME B&PV Code. i Since these data are presented as relationships between da/dN and AX, it should be theoretically possible to predict the growth of a crack when subject to a spectrum of loads.Section XI does not-present a method for analyzing fatigue crack growth under a variable loading spectrum. The dir~ect use of the da/dN versus oK curves, l adjusting each succeeding cycle of value of AK based on the load i amplitude of that cycle and tne crack length adjusted to reflect the incremental crack growth from the previous cycles is suspect, particularly in environmentally assisted crack growth. Effects such as those caused by overload cycles closure effects can not be )

neglected. The development of a cumulative damage or useage factor for environmentally assisted fatigue crack growth is required. ,

The scope of this subtask is to develop and carry out a test matrG of compact tensile type specimens for testing under variable am;rlitude loading conditions in PWR environments. The material selection for the specimens should be limited to two, one pressure vessel steel and one piping steel. The number of tests proposed should be sufficient to indicate trends and allow the evaluation of any proposed cumulative damage rule.  ;

(

h) Participation in International Cyclic. Crack Growth Group: The selected contractor will be expected to participate in the activities of the International Cyclic Crack Growth Group (ICCGR). The exact definition of effort for this activity can not be projected.  !

However, for planning purposes bidders should expect to participate in two meetings a year, one held in Europe and one in. the U.S.

Each meeting will last 3 days. Two contractor staff members will be expected to attend. . The additional work level during the year will be small; the contractor should estimate two man-weeks of work per year of the contract period.

l The above subtasks form an integrated ap'proach to the further understanding of,the phenomena of environmentally assisted fatigue and fatigue crack l growth, at least in PWR environments. )

The bidder should take this into cognizance when developing the details of work for each subtask. If additional supporting tests such as fractographic studies are believed to be needed for the proper evaluation of the data developed,'the bidder should indicate this need and incorporate such additional tasks into the program plan submitted ~for eath applicable subtask.

t Pagel43

~4.3, Task 3:

Radiation Sensitivity and Postirradiation Properties Recovery

{

This task is directed to the resolution of questions and uncertainties  !

on radiation sensitivity and on critical ' variables which govern steel  !

embrittlement relief by postirradiation. annealing. i on radiation sensitivity are aimed at determining the influence ofSpecific investigatio{ -

residual element content (e.g., Cu, P) and alloy element content (e.g.,

Ni, Mo) on the improvement of radiation embrittlement vs. fluence predictive capabilities.

Additional investigations are aimed at quantifying the 1 potential of annealing for reactor pressure vessel embrittlement relief. j This task requires the evaluation of fracture toughness recovery as a function of both annealing time and temperature and the investigation of the relation between reembrittlement behavior. the ste.els' constitutive chemical elements and its reembrittlement behavior following an annealc-Especially important is the determi Specific research investigations to be carried out during this contract period include:

High temperature'(454 C) annealing.

Composition effects on annealing response, Mechanism model of irradiation damage, IAR phase 2, Dose rate study, and Variable radiation' sensitivity.

These areas are detailed as follows:

a) High Temperature (454 C) Annealing:

study [14] has indicated that annealing of radiation embrittledA recently rep pressure vessel steel weldments at 454'C (850*F) leads to a greater recovery in both transition temperature shift and USE.. toughness than can be achieved employing a 400*C (750 F)~ anneal treatrent. l It further indicated that the postanneal reembrittlement rate would be lower than for the virgin weldment, a condition not detected in prior irradiation-anneal-reirradiation (IAR) studies. )

The scope of this subtask involves comparison of the relative benefit of 454*C (850*F) ~ annealing.vs. 400*C'(750 F) annealing on )

i irradiated at 288,C (550*F), and investigation of a very hig reembrittlement resistance following the 454 C '(850 F anneal.

Specifically, the co'ntractor will develop and carry ou)t a retrix of experiments involving a high copper, high nickel weld deposit material and a high copper, low nickel weld deposit material.

l

1 i

Page 44 The contractor will specify the type of specimens to be employed, the initial irradiation level, the anneal levels, and the specimen test procedures. procedures, the retrradiation b) Composition Effect on Annealing Response:

The effects of variations in weld deposit chemical compositions on fracture toughness recovery j by 400*C annealing are largely unexplored. Ilowever, recent data suggest that chemical composition may be a critical factor influencing {

annealing recovery rates and the degree of. residual embrittlement after annealing. l The specific scope of this task involves the .  !

assessment of the significance of the presence of different levels {

of copper, nickel, and phosphorus, singly or in combination, to the magnitude of recovery produced by 400*C annealing.

c)

{

Mechanism Model of Irradiation Damage: The objective of this I subtask is the investigation nf the suspected effect of variations.

l l in chemical composition'on the change in notch ductility vs. the l i

and weldments produced by SS0*F Emphasis irradiation. change in fracturel is placed upon di the isolation of mechanisms reponsible for material-to-material fferences.

j The research need is illustrated by the inconsistent and, thus, vs. the K unpredictable relationship of C y -41J transition shift of typical vessels steels.Jc,100 MPa dii transition temperature shift with irradiation This inconsistency may be simply a function of test method (Cy.vs. CT), or it could be a reflection of composition effects on static vs. dynamic behavior of steels. This is particularly true'since a reasonably good correlation has been observed between C y and PCC y dynamic test methods.

The scope of this task is to develop ~a mechanism model which will allow the prediction of the reduction of notch ductility, the Cv-41J transition shift, the reduction of the Cv-USE and the.KJc -

100 MPaK transition temperature shift for pressure vessel steels and weldments and to carry out a relatively modest experimental program that validates this model. 1 d) IAR Phase 2:

This is a continuation of an ongoing program. The t details of this subtask to be carried out by .the contractor and to  :

. form a basis for cost estir5ation a're shown in Attachment 13. .

e) Dose Rate Study:

Attachment 13. This subtask is also an ongoing program. See f) Variable Radiation Sensitivity:

program. See Attachment 13. This subtask is also an ongoing I

i n

________a

Page 45 As noted in the above three subtasks and also in Task 1 and 2, significant portions of this proposed program are. composed of ongoing studies. The bidder will be evaluated on the basis of costing those elements of these ongoing studies as specified. Sufficient detail has been supplied in  !

this document to permit such cost estimations.. Upon the initiation of this contract, and if required, a period, not to exceed 2 months, shall be allocated to allow the transfer of programmatic details from the previous contractor, ENSA, Inc. , and their subcontractor, MEA, Inc. , to the successful bidder for this program. The cost of this period of  ;

program transfer shall be detailed and included in the cost proposal.

5. 0 MEETINGS During _each year of the contract period, the contractor shall plan to participate in the following meetings which require expense budgeting:

Two formal briefings for the NRC staff at NRC headquarters, duratica 2 days each; One formal presentation at the annual'NRC Light Water Reactor Safety Information Meeting held at Gaithersburg, Maryland, duration 2 days; Two meetings of the ICCGR Group, one in Europe, one in the U.S.,

duration 3 days each; and TWo~ meetings for coordination purposes with the HSST program, one in ORNL, Oak Ridge, Tennessee, and the other at the contractor lccation, duration 2 days each.

In addition to these meetings, the contractor should be prepared to conduct program reviews, at the contractor location, the number and '

timing 'o'f thess reviews to be at the discretion of the NRC Program Technical Monitor. For planning purposes, the contractor should estimate time and costs for three such meetings per year o,f the contract period.

~ ~

6. 0 REPORTS, DOCUMENTATION, AND OTHER DELIVERd5LE END ITMES The contractor shall prepare and submit to the Director, Office of Nuclear Regulatory Research and/or distribute as directed by the Contracting.

Of ficer, reports concerning said work, in such quantity and form (including

Page 46 detail), and at such times, if not otherwise specified in this contract, as may be specified by the Contracting Officer. The technical reports listed below (where applicable) are to be documented, produced, and disseminated in accordance with NRC Manual Chapter 3202 which is part of this contract. (See Attachment 6).

6.1. Planning Document Within sixty (60) days after the starting date of this contract the contractor shall supply to the Contract Officer and to the Program Technical Monitor a detailed program plan document. This document shall be in sufficient detail to allow the Program Technical Nonitor to follow the progress of the program. The document shall consist i of a narrative section, a milestone section, and a cost projection section.  ;

The narrative section shall be in sufficient detail to explain the planned work in each task and subtask for each year of the contract. The milestone section.shall show major and minor l

milestones for each task and subtask of the program for each year of the contract. Topical Reports and Annual Reports must be  !

t ideTitified as milestones. The cost projection section shall show an illustration of the cost projection for each task and subtask of the program for the first 12 months of the program.

6. 2. Monthly 1.etter Reports A nonthly letter report will be transmitted to the Contract Officer i and the Frogram Technical Monitor by the COB of the 15th day of each month covering the previous calendar rronth. The first renthly report will be submitted for the third (3rd) month of the contract period so Document. as to allow submission and coordination with the Planning These monthly reports are to be as brief as possible while giving sufficient information to allow the Program Technical l i

Monitor to follow the progress of the program. These reports will contain the following sections:

i. l A listing of prior NRC approved. meetings, travel, ud papers  !

published or presented with the purposes and places of travel, the personnel involved, and the titles and places of presentation }

and/or periodicals detailed; i i

ii. l A brief description of progress during the month, with completed milestones identified, {

1 l

9 l

l i

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ - - .)

. . . Page'47

- iii. A brief description of deviations from' the Program Plan, if- 3 such deviations have occurred, and their impact on program objectives and milestones; the steps taken or. recommendations made for the resolution of these deviations or problems;;

iv. ' A brief discussion of long term anticipated problems that will 1:npact and the Program Plan; recommendations for. their resolutions;

.v. .

Total cost expenditure ~s for the entire program, each Task and each subtask plotted on the projections of said items'for that year of the contract period. ,

E.3 Annual Report '

An annual report detailing the work donc during each year of the I contract'will

.the completion be'of submitted no effort.

each year's later than thirty (30) days following The report.should include sections corresponding to the' tasks and subtasks specified in -

Section D, Delineation of. Contractor Tasks. . Each section should -

stat"e the objectives _of the work perfonned in that area and provide a detailed technical discussion of the work performed and the results. These reports should be suitable for publication as NRC NUREG/CR reports and camera ready copies should be provided.

6.4 Topical Reports Detailed topical reports -shall be submitted sixty (60) days after completion of each subtask in this program. Each report should include. the objectives of the work performed and provide a detailed discussion of the work performed and the results. If convenient,  ;

several, subtasks may be combined into one topical report with the concurr.ence of the Program Technical Monitor. These reports should be he. suitable pro vi ded.for NRC NUREG/CR reports and camera ready copies should 6.5 Final Report The annual report covering the last' year of this program shall fulfill the requirement for a final report. .j I

I 1

I l

- -. .c

'Page 48 .

4 7.0 PRIORITY OF SU8 TASK PERFORfMNCE Recognizing the comp 1e' xity and length of this program and the timely need for results to be applied to the regulatory process, the following order of priority for the completion of subtasks is supplied to assist the offeror in the scheduling of the proposed workLduring the contract - i period. ~ '

First Priority: Task 1.a)

Task 1.c Task 1.e Task 1.f Task 2.b Task'3.d)

Task 3.e)

Task 3.f) -

Second Priority: Task 1.b)

Task 2.c)

' Task 2.e) 1 Task 3.a) l Task 3.c)

~ Third Priority: ,

Task 1.d) "

Task 2.a)

Task 2.d)

Task 2.f)

Task 2.g Task 3.b The'above priority listing is based on many factors. An:ong these are the recognition of the sequential nature of many of the directly-related subtasks. Also', it'is believed that some of the subtasks will require j the full contract period for completion. The offeror should use this list as a guide. If the offeror, in the development of the proposal i

work plan schedule, must deviate from this completion priority list, the justification for such deviation should be clearly stated.

8. 0 Level of Effort '

It is estimated that the level of effort for the work i required herein is 40 man-years.

i 1

l I

i

_-_____-----O

. . . b Page 49 REFERENCES- ) I

[1]

" Heavy-Section Steel Technology Pro 9 ram Quarterly Progress Report 1 for January - March 1982," NUREG/CR-2751, Vol.1. -

[2] . Ibid., April-June 1982, Vol. 2

[3] Ibid, July-September 1982, Vol. 3 ,

[4] Cheverton, R. D., '

et al., "PUR Pressure Vessel Integrity During

> Overcooling February 1983.Accidents; A Parametric Analysis," NUREG/CR-2895,

[5] Onodera, S.,  ;

et al., "A Study on Pellini Test; Reproducibility and Kelding Procedures," Japan Steel Works Report, presented at the 6th .

MPA Seminar, Stuttgart, FRG, 9th,10th October 1980.

[6] Tsukada, H!, et al.',,"A Study on Drop Height Test. Using A508-C1 2 Steel," Report R(MS) 81-60, Japan Steel Works, December 1,1981.

[7] Hawthorne, J. R.,

et al., " Evaluation and Prediction of Neutron NP-2782, December 1982.- Pressure Vessel Materials," EPRI Report Embrittlement in Reactor

[8] loss, F. Ji, et al. , " Significance of Warm Prestress to Crack Initiation During Thermal Shock," Naval Research Laboratory, NRL/HUREG Report,8165, September 29,~1977.

[9] Loss, F. J.,

et al. , " Investigation of Warm Prestress for the Case of Small T During a Reactor Loss-of-Coolant Accident," Naval Research-Laboratory,'NRL Report 8198, March 9,1978. ,

~

j

[10] Weinstein$ D., et al. , "BWR Environmental Cracking Margins for Carbon Steel Piping," EPRI Report NP-2406, May 1982.  !

[11] Loss, J. R., .

Editor, " Structural Integrity of Water Reactor Pressure i

' Boundary Components, Annual P,cport, Piscal Year 1979." Naval Research - '

Laboratory, NUREG/CR-ll28, December 31, 1979. t

[12] loss, J. R. , Editor. ' Structural Integrity of Water Reactor Pressure Boundary Components,- Quarterly Progress Report, January-March 1980,"

Haval Research Laboratory, NUREG/CR-1472, August 1,1980. ~

l i

____--_--__-_-_-a

Page 50

[13] toss, J. R. , Editor, " Structural Integrity of Water Reactor Pressure Naval Research 1.abcratory, NUREG/CR-1783, 20, 1981. Febr

[14] Mager, T. R.,

" Feasibility of a Methodology for Thermal Annealing of t..e '!ork," EPRI Report NR-2712. Vol. 2, November 1

l l

1

. i

/

l W

\

\

t

Page 51 ARTICLE 11 - PERIOD 0F PERFORMANCE The performance of work described in ARTIC'LE I hereof shall corrence as of the j effect'ive date of this contract and shall continue to completion thereof, esti- '

mated to occur within

  • months after said contract is effective.

1 ARTICLE III - CONSIDERATION AND PAYMENT (Incrementally Funded CPff)

A. Estimated Cost, Fixed fee and Obligation 1

l It is estimated that the total cost to *the Governnent for full perform-ance S

of this contract will be S , of which the sum of ,

l 5

  • represents the estimated reimbursable costs, and of which '

represents the, fixed fee. '

i 2.

Tot'alare tract funds S currently

  • available for payment and allotted to this con- '

of which S

  • represents the estimateo reimbursable costs, and of which S * ,

fee. represen^.s the fixed 1

3.

It is estimated that the amount currently allotted will cover performance of Phase I which is scheduled to be completed

  • effective date of the contract. months from the B. Payment I The Government shall render payment to the contractor in approximately thirty (30) days after submission of proper and correct invoices or vouchers.

Additional provisions relating to payment are contained in Clause 51-3 of i

the General Provisions hereto. .

l ART,1CLE IV - OVERl!EAD/ GENERAL AND ADMINISTRATIVE RATES A.

Pending the establishment of final overhead rates which shall be negotiated based on audit of actual costs, the contractor shall be reimbursed rate of

  • for allowable indirect costs hereunder at the provisional percent of
  • B.

Pending the esthblishnent of final general and administrative rates whi.ch shall be negotiated based on audit of actual costs, the contractor shall berate sional reimbursed of

  • for allowable indirect costs hereunder at the provi-  !

oercent of

  • C0 Notwithstanding A. and B, of this Article, said provisional overhead and G&A rates may be adjusted as appropriate durino the tema of the contract upon the acceptance of such revised rates by the Contracting Officer.
  • To 'be incorporated into any resultant cantract.

Page 52 ARTICLE V - PRIVATE USE AND PROTECTION OF UNCLASSIFIED GOVERNMENT INFORMATION A. Except as speci.fically authorized by this contract, or as otherwise approved

. by the Contracting Officer, records or other information, documents and snaterial furnished by the Commission to the contractor in the performance of this contract, or information developed by the contractor in the course of the work hereunder, shall be used only in connection with the work performed under this contract. The contr" actor shall, upon completion or termination of this contract, transmit to the Commission all records or other information, documents and material, and any copies thereof, furnished by the Commission to the contractor or developed by the contractor in the performance of this l contract.

B. The contractor shall be responsible for safeguarding from unauthorized dis-closure any information or other documents and material exempt from public disclosure by the Commission's regulations and made available to the con- The tractor in connection with the performance of work under this contrset.

conkactor agrees to conform to all regulations, requirements, and directions of the Commission with respect to 'such material.

C. The contractor's duties under this clause shall not be construed to limit or affect in any way the contractor's obligation to conform to all security regulations and requirements of the Commission pertaining to classified information and material.

ARTICLE VI - KEY PERSONNEL Pursuant to this ARTICLE (Key Personnel), the following individuals are considered to be essential to the successful performance of the work hereunder and shall not be replaced without t'he prior approval of the Contracting Officer. In such event, the contractor agrees to substitute persons possessing substantially equal abilitic and c; qualifications satisfactory to the Contracting Officer.

ARTICLE VII - TECHNICAL DIRECTION A. Performance of the work under this contract shall be subject to the tech-  !

nical direction of the HRC Project Officer nanled in ARTICLE of l this contract. The term " Technical Direction" is defined to include the l following:

'l . Technical direction to the contractor which shif ts work emphasis between areas of work or tasks, requires pursuit of certain lines of inquiry, fills in details or otherwise server to accomplish the con- i tractual scope of work.

2. Providing assistance to the contractor in the preparation of drawings, specifications or technical portions of the work description.
  • To be incorporated into any resultant contract.

. . . i Page 53

3. Review and where . equired by the 'ontract, approval of technical reports, drawings, specifications and technical informa tion to be delivered by the contractor to the Government ur. der the contract. {

{

i B.' l Technical direction must be within the general scope of work stated in the  !

contract. The Project Of ficer dnes not have the authority to and may not I issue any technical direc tion, which:

1.

Constitutes of an assignment of additional work outside the general scope the contract.

2.

Constitutes a change as defined in the clause of the General Provisions entitled " Changes."

3. In any way causes an increase or decrease in the total estima ted contract cost, the fixed fee, if any, or the time required for contract performance.
4. Changes any of the expressed terms, conditions or specifications of the contract.

C.

ALL TECHNICAL DIRECTIONS SHALL BE ISSUED IN WRITING BY THE PROJECT OfflCE OR SHALL BE CONFIRMED BY SUCH PERSON IN WRITING WITHIN TEN (10) WOR DAYS AFTER VERBAL ISSUANCE. A copy of said written direction shall be submitted to the Contracting Of ficer.

The cor. tractor shall proceed promptly with the performance of technical directions duly issued by the Project Officer in the manner prescribed by this article and within such person's authority under the provisions of this article. ,

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 B(1) through (4) above, the contractor shall not proceed but shall notify the Contracting Officer in writing within five (5) working days after the receipt of any such instruction or direction and shall request the Contractin Officer to modify the contract 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 di*rection is within the scope of this article and does not constitute a change under the Changes Clause.

D.

Any unauthorized commitment 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.

E.

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 the provisions of the contract clause entitled'" Disputes.'

t Page 54 ARTICLE VIII- PROJECT OFFICER is hereby designated as the Contracting Officer's authorized representative (hereinaf ter called Project Officer) for technical aspects of _ this contract. The Project Officer is not authorized to approve or recuest any action which results in or could result in an increase in contract cost; or terminate, settle any claim or dispute arising under the contract; or issue any unilateral directive whatever.

The Project 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 requirements; (2) interpreting the scope of work; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting the contractor in the resolution of technical problems enc 9untered during performance.

Within the purview of this authority, the Project Officer is authorized to review all costs requested for reimbursement by contractors and submit recommendations for approval, disapproval, or suspension for supplies, services required under the contract. The Contracting Officer is responsible for directing or negotiating any $anges in terms, conditions, or amounts cited in the contract.

For gui6ance,from the Project Officer to the contractor to be valid, it must:

(1) be consistent with the description of work set forth in the contract; (2) not constitute new assignment of work or change to the expressed terms, conditions or specifications incorporated into this contract; (3) not constitute 3 basis for an extension to the period of performance or contract delivery schedule; and, as j stated above, (4) not constitute a basis for a.1y increase in the co.itract cost. i 4

I

  • To be incorporated into any resuitant contract.

1 - - _ _ _ - _ _ _ _ _

Page 55 ARTICLE IX - TRAVEL REIMBURSEMENT The contractor will be reimbursed for the following reasonable domestic tr'avel costs incurred directly and specifically in the performance of this contract and accepted by the Contracting Officer:

1. Per diem shall be reimbursed a't a daily rate not to exceed 5 V The per diem amount is comprised of lodging expense plus 5 y .

' for meals and miscellaneous expense.

2. The cost of travel by privately owned automobile shall be reimbursed at the rate of ( 3f per mile.
3. The cost of travel by rented automobile shall be reimbursed on a reasonable actual expense basis. ~

4.

All,conmon carrier travel reimbursable hereunder shall be via economy class rates when available. If not available, reimbursement vouchers will be annotated that economy class accommodations were not available.

First-class air travel is not authorized.

5.

Receipts are required for comon carrier transportation, lodging and miscellaneous items in excess of $15.00.

6.

The rates provided below shall remain in effect until such time as a unilateral contract modification is issued by the Contracting  !

Officer, reflecting changes (increases or decreases) in the Federal '

Travel Regulations (FTR).

i Current rate is $50.00 l

1 Current rate is $23.00

_3f Current rate is 20c )

l l

( Page 56 ARTICLE X - gel 4ERAL PROVI51014S/ALTERAT10ils This contract is subject to the attached provisions of /gpendix A General Provisions , entitled " Cost Type Rese~ arch and Development Contracts With Commercial Organizations," dated 12/1/81.

Special Provisions Added:

3.12 Labor Surplus Area Subcontracting Program (1-1.805-3(b))

(a) The Contractor agrees to establish and conduct a program which will encourage' labor surplus area concerns to compete for subcontracts within their capabilities. In this connection, the Contractor shall-- ~

(1) Designate a liaison officer who will (i) saintain liaison with duly authorized representatives of the Government on labor surplus area matters, (ii) supervise compliance with the Utilization of Concerns in Labor Surplus Areas clause, and (iii) administer the Contractor's " Labor Surplus Area Sub-contracting Program;" - .

(2) Provide adequate and timely consideration of the potentialities of labor surplus area concerns in all "make-or-buy" decisions; (3) Assure that labor surplus area concerns will have an equitable opportunity to compete for subcontracts, particularly by arranging solicitations, time for the preparation of bids, quantities, specifications, and delivery schedules .50 as to facilitate the participation of labor surplus area concerns; (4) Maintain records showing the procedures which have been adopted to comply with the policies set forth in this clause and report subcontract awards (see 41 CFR 1-16.804-5 regarding use of Optional form 61). Records maintained pursuant to this clause will be kept available for review by the Government until the expiration of 1 year after the award of this contract, or for such longer period as may be required by any other clause of this contract or by applicable law or regulations; and (5) Include the Utilization of Concerns in Labor Surplus Areas clause in subcontracts which offer substantial labor surplus area subcontracting

, opportunities. '

(b) (1) The term " labor surplus area" means a geographical area identified by the Department of Labor as an area of concentrated unemployment or under-employment or an area of labor surplus.

(2) The term " concern located in a labor surplus area" means a labor surplus area concern.

L-_-_--------------_---------_----__------ --

.-m I ( Page 57

]1 l

i (3) The term " labor surplus area concern" means a concern that, together with its first-tier subcontractors, will perform substantially in labor surplus areas.

(4) The term " perform substantially in labor surplus areas" means that the costs incurred on account of manufacturing, production, or appropriate I

services in labor surplus areas exceed 50 percent of the contract price.

~

(c) The Contractor further agrees to insert, 'in any subcontract hereunder which may exceed $500,000 and which contains the Utilization of Concerns in Labor Surplus Areas clause, provisions which shall conform substantially. to the -

language of this clause, including this paragraph (c), and to notify the Contracti Officer of the names of such subcontractors.

3.13 Utilization of Women-Owned Business Concerns (Over $10,000) 1

.1 I

f (a) It is the policy of the United States Government that l womenrowned business shall have the maximum practicable opportunity to participate in the performance of contracts awarded by any Federal agency.

1 (b) The Contractor agrees to use his best efforts to carry out this policy in the award of subcontracts to the fullest extent consis-l tent with the efficient performance of this contract. As used in the contract, a " women-owned business" concern means a business that is at least 51% owned by a woman or women who also control anc operate it.

" Control" in this context means exercising the power to make policy.

decisions. " Operate" in this context means being actively involved in the day-to-day management.

" women" mean all women business owners.

. 3.14 Women-Owned Business Concerns Subcontracting Program (Over 5500,000 or $1,000,000 for Construction of Any Public Facility)

(a) The Contractor agrees to establish and conduct a program which enable women-owned business concerns to be considered fairly as subcontractors and suppliers under this contract. 'n '

s connection, the Contractor shall:

(1) Designate a liaison officer who will administer the Contractor's " Women-Owned Business Concerns Program." <

(2) Provide adequate and timely consideration of the potentialities of known women-owned business j concerns in all "make-or-buy" decisions.

(3) Develop a li'st of qualified bidders that are women-owned businesses and assure that known women-owned business concerns have an equitable opportunity to compete for subcontracts, particularly by making information on forthcoming opportunities available, by arranging solicitations, time for the prepara- ,

l

( g I

Page 55

' b tion of bids, quantities, specifications, and delivery schedules so as to facilitate the participants of women-owned business concerns.

(4) Faintain records showing (i) procedures which have

, been adopted to comply with the policies set forth in this clause, including the establishment of a

, source list of women-owned business concerns; .

~ (ii) awards to women-owned businesses on the source list by minority and non-minority women-owned  ;

business concerns; and (iii) specific efforts to identify and award contracts to women-owned business concerns.

J (5) Include the " Utilization of Women-Owned Business -

Concerns" clause in subcontracts which offer substantial subcontracting opportunities. -

{

i l (6) Cooperate in any studies and surveys of the I Contractor's women-owned business concerns I procedures and practices that the Contracting Officer may f rom time-to-time conduct.

(7) Submit periodic reports of subcontracting to women-owned business concerns with respect to the record i referred to in subparagraph (4) above, in such form and manner and at such time (not more often than quarterly) as the Contracting Officer may prescribe.

(b) The Contractor further agrees to insert, in any l subcontract hereunder which may exceed 5500,000 or $1,000,000 in the l case of contracts for tne construction of any public facility and which offers substantial subcontracting possibilities, provisions which shall j conform substantially to the language of this clause, including this '

paragraph (b), and to notify the Contracting Officer of the names of i l such subcontractors. -

(c) The Contractor further agrees to require written certification by its subcontractors that thev are bona fide women-owned and controlled business concerns in accordance with the definition of a women-owned business concern as set forth in the Utilization Clause 1(b) above at the time of submission of bids or proposals.

l l

l l

l L._____.__ __ _ _ . . _ . __ . _

i I (' O 3

1

, Page 59

)

1 5.8 Price Reduction for Defective Cost or Pricing Data (1-3,814-1(a))

(5100,000)

If any price, including profit or fee, negotiated in connection with this contract or any cost reimbursable under this contract was increased by {,

any significant sums because:

(a) The Contractor furnished cost or pricing data which was not accurate, complete and current as certified in the Contractor's Certificate of Current Cost or Pricing Data:

(b) A subcontractor, pursuant to the clause of this contract utitled

" Subcontractor Cost or Pricing Data" or " Subcontractor Cost or Pricing Dau Drice Adjustments" or arty subcontract clause therein required, furnished cost or pricing data which was not accurate, complete and~

current as certified in the subcontractor Certificate of Current Cost or <

Pricing Data; (c) A subcontractor or prospective subcontractor furnished cost or pricing data which was required to be accurate, complete and current.and to be submitted to support a subcontract cost estimate furnished by the Contractor but which was not accurate, complete and current as of the date certified Pricing Data; orin the Contractor's Certificate of Current Cost or I

(d) The Contractor or a subcontractor or furnished any data, not within (a), (b) or (prospective subcontractor c) above, which was not accurate as submitted: the price or cost shall be reduced accordingly j

and the contract shall be modified in writing as may be necessary to reflect such reduction. However, any reduction in the contract price i due to defective subcontract data of a prospective subcontractor when the subcontract was not subsequently awarded to such subcontractor, will be limited to the amount (plus applicable overhead and profit martup) by which the actual subcontract, or actual cost to the Contractor if there was no subcontract, was less than the prospective subcontract cost estimate submitted by the Contractor: provided, the actual subcontract price was not affected by defective cost or pricing data.

(Note: Since the contract is subject to reduction under this clause by i reason of defective cost or pricing data submitted in connection with certain subcontracts, it is expected that the Contractor may wish to include a clause in each such subcontract requiring the subcontractor to appropriately indemnify the Contractor. It is also expected that any subcontractor subject to such indemnification will generally require substantially similar indemnification by his lower tier subcontractors.) -

5.9 Price Reduction for Defective Cost or Pricing Data - Price Adjustments (1-3.814-1(b)) (5100,000)

- 1 s, , , ( ( Page 60 4

(a) This clause shall become operative only with respect to any modification of this contract which involves aggregate increases and/or '

decreases in cost plus applicable profits in excess of $100,000 unless the modification is priced on the basis of adequate price competition, established catalog or market prices of commercial items sold in substantial quantities to the general public, or price set by law or regulation. The right to price reduction under this clause is limited to defects in data relating to such  !

modification. 1 (b) If any price, including profit, or fee, negotiated in connection with any price adjustment under this contract was increased by any significant  !

sums because:

(1) The Contractor furnished cost or pricing data which was not accurate, complete and current as certified in the Contractor's Certificate of Current Cost or Pricing Data; ~

(2) A subcontractor, pursuant to the clause of this contract entitled " Subcontractor Cost or Pricing Data" or " Subcontractor Cost or Pricing Data--Price Adjustments" or any subcontract clause therein required, furnished cost or pricing data which was not accurate, complete and current as certified in the subcontractor's Certificate of Current Cost or Pricing Data; (3) A subcontractor or prospective subcontractor furnished c=t or pricing data which was required to be accurate, complete and current and to be submitted to support a subcontract cost estimate furnished by the Contractor but which es not accurate, complete and current as of the date certified in the Contractor's Certificate of Current Cost or Priqing Data; or i (4) The Contractor or a subcontractor or prospective l l

subcontractor furnished any data, not within (1), (2) or (3) above, I which was not accurate, as submitted; the price shall be reduced accordingly and the contract shai1 be modified in writing as may be necessary to reflect such reduction. However, any reduction in the' I

contract price due to defective subcontract data of a prospective

' subcontractor, when the subcontract was not subsequently awarded to such subcontractor, will be limited to the amount (plus applicable overhead and profit markup) by which the actual subcontract, or c.ctual cost to the Contractor if there was no subcontract, was less than the prospective subcontract cost estimate submitted by the Contractor.

Provided the actual subcontract price was not af fected by defective cost 3' or pricing data-

~

(Note: Since the contract is subject to reduction under this i clause by reason of defective cost or pricing data submitted in connection I with certain subcontracts, it is expected that the Contractor may wish to include a clause in each such subcontract requiring the subcontractor to  ;

appropriately identify the Contractor. It is also expected that any

(

subcontractor subject to such indemnification will generally require j substantially similar indemnification for defective cost or pricing data  !

required to be submitted by his lower tier subcontractors.).  !

I ( Page 61 (c) Failure to agree on a reduction shall be a dispute concerning a question of fact within the meaning of the " Disputes" clause of this contract.

5.10 Subcontractor Cost and Pricing Data (1-3.814-3(a)) (S100,000)

(a) The Contractor shall require subcontractors hereunder to submit, actually or by specific identification in writing, cost or pricing data under the following circumstances:

(1) Prior to the award of any subcontract the amount of which is expected to exceed S100,000 when entered into; (2) Prior to the pricing of any subcontract modification which i involves aggregate increases and/or decreases in costs plus applicable prc, fits l expected to exceed $100,000; except where the price is based on adequate price competition, established catalog or market prices of commercial items sold in  ;

substantial quantities to the gene.ral public, or prices set by law or  !

regul ation. _

1 (b) The Contractor shall require subcontractors to certify, in substantially the same form as that used in the certificate by the Prine l Contractor to the Government, that to the best of their knowledge and belief, I

the cost and pricing data submitted under (a) above is accurate, complete, and current as of the date of agreement on the neootiated price of the subcontract or subcontract change or modification.

(c) The Contractor shall insert the substance of this clause including this paragraph -(c) in each subcontract hereunder which exceeds 5100,000 when entered into except where the price thereof is based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities to the general public, or prices set by law or rerlation. In each such expected subcontract hereunder in excess of 5'JJ,000, the Contractor shall insert the substance of the following clause: l OBCONTRACTOR COST OR PRICING DATA-PRICE ADJUSTMENTS

.(a) Paragraphs (b) and (c) of this clause shall become operative _ only with respect to any mm , J wtion made pursuant to one or more provisians of this contract which * "/01 n s ? gregate increases and/or decreases in costs plus applicable pro? s u om ^2d to exceed $100,000. The requirements of this clause shall be limit >d tn un contract modifications.

(b) The Contrace shall require subcontractors hereunder to submit, actually or by specific identification in writing, cost or pricing data under the following circumstances:

(1) Prior to award of any subcontract, the amount of which is expected to exceed $100,000 when entered into; (2) Prior to the pricing of any subcontract modificaticri which involves aggregate increases and/or decreases in costs plus applicable profits expected to exceed 5100,000; except where the price is based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities to the general public, or prices set by law or re g',1 a ti o ns.

. , . b p

(c) The Contractor shall require. subcontractors to certify, in substantially the same form as that used in the certificate by the Prime Contractor to the Government, that to the best of their knowledge and belief the cost and pricing data submitted under (b) above is accurate, complet'e, and current as of the date of agreement on the negotiated price of the subcontract or subcontract change or modification.

( d') The Contractor shall insert the substance of this clause I

including this paragraph (d) in each subcontract hereunder which exceeds 5100,000 when entered into.

l 5.11 Cost Accounting Standards--Nondefense Contract (1-3.1204-2(a))

($100,000)

(e) Unless the Administrator of General Services has prescribed rules or regulations exempting' the Contractor or this contract from standards, _

rules, and regulations promulgated by the Cost Accounting Standards Board, the -

Contractor, in connection with this contract, shall:

(1) Follow consistently the cost accounting practices established or disclosed as required by regulations of the Cost Accounting Standards Board and administered under the Administration of Cost Accounting Standards clause. If any change in disclosed practices is' made for purposes of any contract or subcontract subject to those disclosure requirements, the change must be applied in a consistent manner to this contract.

(2) Comply with all cost accounting standards which the I Contractor is required to comply with by reason of concurrent performance of f arty contract or subcontract subject to the Cost Accounting Standards clause ]

(4 CFR 331) and administered under the Administration of Cost Accounting Standards clause. The Contractor also shall comply with any cost accounting standard which hereafter required prospectively from the date of applicability }

to such contract or subcontract. Compliance shall continue until the Contractor completes performance of work under this contract.

(3) Agree to an equitable adjustment (as provided in the .

Chr.::cs cle= cf this contract, if any) if the contract cost is affected by a chat,ce which, pursuant to (2) above, the Contractor is required to make to his established cost accounting practices whether such practices are coverd by a Disclosure Statement or not.

(4) Negotiate with the Contracting Officer to determine the  ;

terms and conditions under which a change to either a disclosed cost accounting practice or an established cost accounting practice, other than a change under (a)(3) above or (a)(6) below, may be made. A change to a practice may be proposed by either the Government or' the Contractor, provided, however, that no agreement may be made under this provision that will increase paid by the United States.

(5) Agree to an adjustment of the contract price or cost allowance, as appropriate, if it or a subcontractor fails to comply with the applicable Cost Accounting Standards or to follow any practice disclosed or

, established pursuant to subparagraph' (a)(1) or (a)(.2) above and such failure results in any increased costs paid by the United States. Such adjustment shall provide for recovery of the increased costs to the United States .;

together with interest thereon computed at the rate determined by the Secretary of the Treasury pursuant to Pub. L. 92-41 (50 U.S.C. o

{

App.1215(b)(2)), or 7 percent per annum, whichever is less, from time the '1 payment by the United States was made to the time the adjustment is effected.

~

(6) Negotiate an equitable adjustment (as provided in the Changes clause of this contract, if any) when the parties agree to a change to either a disclosed cost accounting practice or an established cost accounting practice.

(b) The Contractor shall permit any authorized representatives of the head of the agency, of the Cost Accounting Standards Board, or of the Comptroller General of the United States to examine and make copies of any documents, papers, or records relating to compliance with the requirements of this clause until the expiration of 3 years after final payment under this contract or such lesser time specified in the Federal Procurement Regulations (FPR) part 1-20. .)

(c) Unless a subcontract or Subcontractor is exempt under rules or l regulations described by the administrator of General Services, the Contractor: (1) shall include the substance of this clause including this. i paragraph (c) in all negotiated subcontracts under this contract with I subcontractors hat are currently performing a national defense contract or subcontract that contains the clause entitled to Cost Accounting Standards and that are currently required to accept the clause in applicable national defense awards, and (2) shall include the substance of the Consistency of Cost Accounting Practices--Nondefense Contract clause set forth in $1-3.1204-2(b) of the FPR in negotiated subcontracts under this contract with all other subcontractors. The Contractor may elect to use the substance of the solicitation notice set forth in $1-3.1203-2(b) of the FPR in his determination of applicability cost accounting standards to subcontracts.

(d) The terms defined in $331.20 of Part 331 of Title 4, Code of I Federal Regulations, shall have the same meaning herein. . As there defined,  ;

"emotiated subcontract" means "any subcontract except a firm fixed-price i vuMontract made by a contractor or subcontractor af ter receiving offers from at least two firms not associated with each other or such contractor or subcontractor, providing (1) the solicitation to all competing firns is icentical (2) price is the only consideration in selecting the subcontractor from among the competing firms solicited, and (3) the inwest offer received in compliance with the solicitation from among those solicited is accepted."

(e) The administration of this clause by the Government shall be accomplished in conjunction with the adminstration of the Contractor's national defense contracts and subcontracts subject to rules and regulations of the Cost Standards Board, pursuant to the Administration of Cost Accounting Standards clause. For the purposes of the Administration of Cost Accounting 1 Stendards clause contained in this contract, references to the Cost Accounting '

Standards clause shall be deemed to include this Cost Accounting Standards--

Nondefense Contract clause and reference to the Disclosure and Consistency of i Cost Accounting Practices clause shall be' deemed to include the Consistency of Cost Accounting Practices--Nondefense Centract clause.

('

Pa9e 64 5.12 Administration of Cost Accounting Standards (1-3.1204-1(b))

For the purpose of administrating Cost Accounting Standards requirements under this contract, the Contractor shall:

(a) Submit to the cognizant Contracting Officer a description of the accounting change and the general dollar magnitude of the change to reflect the sum of all increases and the sum of all decreases for all contracts containing the Cost Accounting Standards clause or the Disclosure and Consistency of Cost Accounting Practices clause:

(1) For any change in cost accounting practices required to comply with a new cost accounting standard in accordance with paragraph (a)(3) and (a)(4)(A) of the Cost Accounting Standards clause within 60 days (or such other date as may be mutually agreed to) af ter award of a contract requiring such change; .

(2) For any change to cost accounting practices proposed in accordance with paragraph (a)(4)(B), (a)(4)(C) of the Cost Accounting Standards clause or with paragraph (a)(3) or (a)(5) of the Disclosure and Consistency of Cost Accounting Practices clause not less than 60 days (or such other date as may be mutally agreed to) prior to the effective date of the Proposed change; or (3) For any failure to comply with an applicable Cost Accounting Standard or to' follow a disclosed practice as contemplated by  !

paragraph (a)(5) of the Cost Accounting Standards clause or with paragraph (a)(4) of the Disclosure and Consistency of Cost Accounting Practices cicuse within 60 days (or such other date as may be mutually agreed to) af ter the date of agreement of such noncompliance by the Contractor.

(b) Submit a cost impact preposal in the fonn and manner specified by the cognizant Contracting Officer within sixty (60) days (or such other date as may be mutually agreed to) after the date of determination of the adequacy and ccmpliance of a change submitted pursuant to (a)(1),(2), or (3), above.

(c) Agree to appropriate contract and subcontract amendments to reflect adjustments established in accordance with paraccaphs (a)(4) and l l (a)(5) of the Cost Accounting Standards clause or with paragraphs (a)(3), '

l (a)(4), or (a)(5) of the Disclosure and Consistency of Cost Accounting  ;

Practices clause. {

(d) When the subcontract is subject to either the Cost Accounting Standards clause or the Disclosure and Consistency of Cost Accounting Practice clause so state in the body of the subcontract end/or in the letter of award. Self-deleting clauses shall not be used.

l l

I (e) Include the substance of this clause in all negotiated subcontracts containing either the Cost Accounting Standards clause or the l l Disclosure and Consistency of Cost Accounting Practices clause. In addition, j include a provision in these subcontracts which will require such subcon-j tractors, withir. 30 days af ter receipt of award ( or such other date as may be  ;

i,

_ _ _ _ _ _ - _ - - _ _ _ - _ . _ _ _ - _ _ _ )

( \

Page 65 mutually agreed to) to submit the following infonnation to the Contract 4 Administration Office Coanizant of the subcontractor's facility.

(1) Subcontractor's name and subcontract number.

(2) Dollar amount and date of award.

(3) Name of Contractor making the award. J (4) A statement as to whether the subcontractor has made or proposes to make any changes to accounting practices that affect prime contracts or subcontracts containing the Cost Accounting Standards clause or l Disclosure and Consistency of Cost Accounting Practices clause unless such changes have already been reported. If award of the subcontract results in making a cost accounting standard (s) effective for the first time, this shall I also be reported.

(f) For negotiated subcontracts containing the Cost Accounting ~ 4 Standards clause, require the subcontractor to comply with all Standards in l effect on the date of final agreement on price as shown on the subcontractor's j signed Certificate of Current Cost or Pricing Data or date of award, whichever is earlier. 4 l

(g) In the event an adjustment is required to be made to any subcontract hereunder, notify the Contracting Officer in writing of such adjustment and a5ree to an adjustment in the price or estimated cost and fee of this contract, as appropriate, based upon the adjustment established under the subcontract. Such notice shall be given within 30 days after receipt of the proposed subcontract adjustment, and shall include a proposal for adjustment to such higher. tier subcontract or prime contract as appropriate.

(h) When either the Cost Accounting Standards clause or the Disclosure and Consistency of Cost Accounting Practices clause and this clause are incuded in subcontracts, the term " Contracting Officer" shall be suitably altered to identify the purchaser. j 5.13 Cost Accounting Standard Withdrawal Cost Accounting Standard 414 -- Cost of money as an element of the cost of facilitier :apital -- shall not be reimbursed as an allowable cost under this contract.

5.14 Interest on Overdue Payments (a) The Prompt Payment Act, Public Law 97-177 (96 STAT, 85, 31 USC 1801) is applicable to payment of the expiration invoice under this contract and requires the payment to contractors of interest on overdue payment of the expiration invoice or icroperly 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.

_ . _ _ _ _ _ . _ _ _ _ _ _ _ _ _ _ _ _ _ _ ~ _ _ _

l'

( .

(

> < + . ,

Page 66' (c) For purposes of this clause, an expiration invoice is defined as' i a claim submitted for costs incurred for performance through the u expiration date of a Cost Type contract.

5.15 Payment Due Date I

(a) Payments under this contract will be due on 30 calendar days after-the later of:

(1) The date of actual receipt of'a proper invoice (original and 4 copies) to the U.S. Nuclear Regulatory Commission, '

Division of Accounting and Finance, Office of Resource Management, ATTN: GOV /COM ACCOUNTS SECTION, Washington,  ;

D.C. 20555. '

(2) The date the deliverable product (s)/ services perfomed are accepted by the- Government. .  !

(b) For the . purpose of determining the due date for payment and for no other purpose, acceptance will be deemed to occur N/A calendar day after the date of delivery of the deliverable product (s)/ services performed in accordance with the terns pf the contract.

(c) The date of the check issued in payment shall be' considered to be the date payment is made.

5.16 Invoice Requirements Invoices shall be submitted in an original and'4 copies to the U.S.

Nuclear Regulatory Commission, Division of Accounting and Finance, Office of Resource Management, ATTN: GOV /COM l.CCOUNTS SECTION, Washington, D.C. 20555. To constitute a proper invoice, the invoice must include the following information and/or attached documentation:

(1) Name of the business concern and invoice date. ,

(?) r.ontract number or other authorization for delivery of property or services.

1 (3) Description price and quantity of property and services actually j delivered or rendered.

]

(4) Shipping and payment items.

(5) Name (where practicable), title, phone number, and complete mailing address of responsible official to whom payment is to be sent.

(6) Other substantiating documentation or infonnation as required by the contract. ,

t

( (

Paragraphs (a), (b) (1) and (2) of Clause 2.12, entitled " Government '

Property" are modified as follows: Page 67

, 4 (a)

The Government shall make available to the Contractor, for use'in con-  !

fled in the Equipment Plan,.together with such related data! 1 the Contractor may request and as may reasonably be required for the intended The performance dates for the supplies or services to be fur contractor under this contract are based upon the expectation that such Govern-ment-furnished property will be made available to the Contractar at the times stated in meet tractor to the Schedule such perfonnance or, if notdates.

so stated, in sufficient time to enable the Con- ,

In the event that Government-furnished

! property is not made available to the Contractor by such time or times, the Contracting Officer shall, upon timely written request made by the Contractor make a determination of the delay, if any, occasioned the Contractor and shall equitably adjust the estimated cost, fixed fee, or performance dates, or all of them, 'and any.other contractual provisions affected by any such delay in accord-ance with the procedures provided for in the cluase of this contract entitled

" Changes."

or lost in shipment so that it is not suitable for intended use, thI 1 shall, upon discovery thereof notify the Contracting Officer of such fact and, as directed by the Contracting Officer, either (1) return such property at the Government's expense or otherwise dispose of the property, (2) effect re l

or modifications, or (3) replace such property at Government's expense. pairs  !

completion of (1), (2), or (3) above, the Contracting Officer upon writtenUpon or performance dates, or all of them, and any other contractu affected by the disposition, repair, modification or replacement in accordance with the procedures provided for in the clause of this contract entitled " Chang The foregoing provisions for adjustment are exclusive and the Government shall .

Government-furnished property available.not be liable to suit for breach of (b)(1) By notice in writing the Contracting Officer may substitute other Government-owned property 6f equal or better size and quality for property to be furnished by the Government, or to be acquired by the Contractor ,for the Government under this contract.

The Contractor shall promptly take such action as tha Contracting Officer may direct with respect to the recoval and shipping of proper.ty covered by such notice.

(2) In the event of any substitution of property pursuant to paragraph (1), above, or any withdrawal of authority .to use property pro-vided under any contract or lease, which property the Government had agreed in the Schedule to make available for the performance of this contract, the Contracting Of ficer, upon the written request of the contractor (or, if the substitution of property causes a decrease in the cost of performance, on his own initiative), shall equitably adjust such contractual provisions as may be affected by the substitution, or withdrawal, in accordance with the '

procedures provided for in the " Changes" clam of this contract.

( Page 68 Clause 4.1 entitled " Patent Rights - Acquisition by the Governnent" is  %

deleted in its entirety and a new Clause 4.1, entitled " Patent Rights,"

as shown below is substituted in lieu thereof.

CLAUSE 4.1 - PATENT RIGHTS

a. Definitions (1) "Invention" means any invention or discovery which is or may be patentable or otherwise protectable under Title 35 of the United States ,i Code.

(2) " Subject Invention" sneans any invention of the Contractor conceived or first actually reduced to practice in the performance of work under this contract.

(3) " Practical Application" means to manufacture in the case {

)

of a composition or product, to practice in the case of a process or method, or to operate in the case of a machine or system; and, in each case, under j such conditions as to establish that the invention is being utilized and that J its benefits are, to the extent permitted by law or Government regulations, available to the public on reasonable terms.

i (4) "Made" when used in relation to any invention means the conception or first actual reduction to practice of such invention,

b. Allocation of Principal Rights )

The Contractor may retain the entire right, title, and interest throughout the world to each subject invention subject to the provisions of this clause and 35 U.S.C. 203. With respect to any subject invention in which the Contractor retains title, the Sponsors shall have a non-exclusive, irrevocable, paid-up license to practice or have practiced for or on behalf of the Sponsors the subject invention throughout the world.

c. Invention Disclosure, Election of Title and Filing of Pctent_ '

Applications by contractor (1) The Contractor will disclose each subject invention to the Sponsors within two months af ter the inventor discloses it in writing to Contractor personnel responsible for patent matters. The disclosure to the Sponsors shall be in the fonn of a written report and shall identify the contract under which the invention was made and the inventor (s). It shall be sufficiently complete in technical detail to convey a clear understanding, to the extent known at the time of the disclosure, of the nature purpose, s operation, and the physical, chemical, biological or electrical character-istics of the invention. The disclosure shall also identify any publication, on sale or public use of the invention and whether a manuscript describing the invention has been submitted for publication and, if so, whe'ther it has been accepted for publication at the time of disclosure. In addition, after disclosure to the Sponsors, the Contractor will promptly notify the Sponsors  : .;

of the acceptance of any manuscript describing the invention for pub 1'ication or of any sale or public use planned by the Contractor.

l 1

d L- - - _ - _-________ - .__

Page 69

  • I (

(2) The Contractor will elett in writing whether or not to retain title to any such invention by notifying the Sponsors within twelve months of disclosure to the contractor; provided that in any case where publication, sale or public use has initiated the one year statutory period wherein valid patent protection can still be obtained in the United States, the period for election of title may be shortened by the Sponsors to a date that is no more than 60 days prior to the end of the statutory period.

(3) The Contractor will file its initial patent application on an .

elected invention within two years after election or, if earlier, prior to the end of any statutory period wherein valid patent protection can be obtained in the United States after a publication, on sale, or public use. The Contractor will file patent applications in additional countries within either ten months of the corresponding initial patent application or six months from the date l permission is granted by the Commissioner of Patents and Trademarks to file foreign patent applications where such filing has been prohibited by a Secrecy Order. _

(4) Requests for extension of the time for disclosure to the Sponsors, election, and filing may be granted at the discretion of the Sponsors.

d. Conditions When the Government May Obtain Title (1) The Contractor will convey to the Government upon written request, title to any subject invention:

(1) If the Contractor fails to disclose or elect the subject invention within the times specified in c. above, or elects not to retain title.

(ii) In those countries in which the Contractor fails to file patent applications, within the times specified in c. above; provided, however, that if the Contractor has filed a patent application in a country af ter the times specified in c., above, but prior to its receipt of the written request of the Government, the Contractor shall continue to retain title in that country. -

(iii) In any country in which the Contractor decides not to continue the prosecution of any application for, to pay the maintenance fees on, or defend in reexamination or opposition proceeding on, a patent on a subject invention.

e. Minimum Rights to Contractor j i

(1) The Contractor will retain a nonexclusive, royalty-free '

license throughout the world in each subject invention to which the Government

_ obtains title except if the Contractor fails to disclose the subject invention within the times specified in c., above. The Contractor's license extends to i its domestic subsidiaries and affiliates, if any, within the corporate structure of which the Contractor is a party and includes the right to grant sublicenses of the same scope to the extent the Contractor was legally obligated to do so at the time the contract was awarded. The license is

'" transferable only with the approval of the Government except when transferred to the successor of that party of the Contractor's business to which the  !

invention pertains.

l E__.______

^

( T Page 70 1

(2) The Contractor's domestic license may be revoked or modified by the Government to the extent necessary to achieve expeditious-practical application of the subject invention pursuant to an application for an ext 1Qjive license submitted in accordance with applicable provisions. in the Federal Property Management Regulations. This license will not be revoked in ]

that field of use or the geographical areas in which 'the Contractor has achieved practical application and continues to make the benefits of the invention reasonably accessible to the public. The license in any foreign country may be revoked or modified at the discretion of the Government to the extent the Contractor, its licensees, or its domestic subsidiaries or affiliates have failed to achieve practical application in that foreign country.

(3) .Before revocation or modification of the license, the Government will furnish the Contractor a written notice of its intention to revoke or modify the license, and the Contractor will be allowed thirty days 1 (or such other time as may be authorized by the Government for good cause-

... shown by the Contractor) after the notice to show cause why the license should )

not be revoked or modified. The Contractor has the right to appeal, in accordance with applicable regulations in the Federal Property Management Regulations concering the licensing of Government-owned inventions, any decision concerning the revocation or modification of its license.

f. Contractor Action to P'rotect the Government's Interest (1) 'The Contractor agrees to execute or to have executed and promptly deliver to the Government all instruments necessary to (i) establish )

J or confirm the rights the Government has throughout the world in those subject '

inventions to which the Contractor elects to retain titie, and (ii) convey title to the Government when requested under paragraph d. above, and to enable the (overnment to obtain patent protection throughout the world in that subject invention.

(2) The Contractor agrees to require, by written agreement, its employees, other than clerical and non-technical employees, to disclose promptly in writing to personnel identified as responsible for the administration of patent matters and in a format suggested by the Contractor each subject invention made under contract in order that the Contractor can comply with the disclosure provisions of paragraph c. above, and to execute all papers necessary to file patent applications on subject inventions and to establish the Government's rights in the subject inventions. This dicciosure format should require, as a minimum, the information required by c.(1) above.

The Contractor shall instruct such employees through employee agreements or other suitable educational programs on the importance of reporting inventions in sufficient time to permit the filing of patent applications prior to U.S.

or foreign statutory bars. -

(3) The Contractor will notify the Government of any decision not to continue the prosecution of a patent application, pay maintenance fees, or defend in a reexamination or opposition proceeding on a patent, in any country, not less than thirty days before the expiration of the response period required by the relevant patent office.

1 i

_ ___ _ - _ _ _ _ _ _ _- _]

_ i Page.71 J (4) The Contractor agrees to include, within the specification-of any United States patent application and any patent issuing thereon i covering a subject invention, the following statement, "This invention was  !

made v:ith the cu pprt of the Commission, the Institute and the Owners under Contract WRC-044fe168 awarded by the Commission. The Sponsors have certain rights in this invention."

g. Subcontracts 1

(1) The Contractor will include this clause, suitably modified to identify the parties, in all subcontracts, regardless of tier, for experimental, developmental or research work to be performed. The subcontractor will retain all rights provided for the Contractor in this clause, and the Contractor will not, as part of the consideration for awarding the subcontract, obtain rights in the subcontractor's subject inventions.

(2) In the case of subcontracts, at any tier, when the prime t award with the Federal agency was a contract (but not a grant or cooperative agreement), the agency, subcontractor, and the Contractor agree that themutual obligations of the parties created by this clause constitute a contract j between the subcontractor and the Federal agency with respect to those matters

]

~

covered by this clause.

3

h. Reserved i.

Preference for United States Industry i

Notwithstanding any other provision of this clause, the l l

Contractor agrees that neither it nor any assignee will grant to any person the exclusive right to use or sell any subject invention in the United States unless such person agrees that any products embodying the subject invention or l

produced through the use of the subject invention will be manufactured '

substantially in the United States. However, in individual cases, the requirement for such an agreement may be waived by the Sponsors upon showing by the Contractor or its assignee that reasonable but unsuccessful efforts have been made to grant licenses on similar terms to potential licensees that would be likely to manuf acture substantially in the United States or that under the circumstances domestic manufacture is not commercially feasible.

j. March-in Rights The Contractor agrees that with respect to any subject invention in which it has acquired title, the Government has the right in accordance with the procedures in Office of Management and Budget Circular A-124 to require the Contractor, an assignee or exclusive licensee of a subject invention to grant a non-exclusive, partially exclusive, or exclusive license in any field of use to a responsible applicant or applicants, upon terms that are reasonable under the circumstances, and if the Contractor, assignee, or, exclusive licensee refuses such a request, the Government has the right to grant such a license itself if the Government determines that:

(1) Such action is necessary because the Contractor or

- assignee has not taken, or is not expected to take within a reasonable time, effective steps to achieve practical application of the subject invention in such field of use.

t

' (. Page 72 (2) Such action is necessary to alleviate health or safety needs which are not reasonably satisfied. by the Contractor, assignee, or their licensees; (3) Such action is n'ecessary to meet requirements for public

.use specified by Federal regulations and such requirements are not reasonably satisfied by the Contractor, assignee, or licensees;. or (4) Such action is necessary because the agreement required by paragraph i of this clause has not been obtained or waived or because a licensee of the exclusive right to'use or sell any subject invention in the United States is in breach of such agreement.

k. Communications, All communications regarding.this' clause should be referred to the Commission's Contracting Officer.

-.- . - . _ . . - _ - _ . _ _ . _ _ - _ _ - _ _ _ _ _ _ _ _ _ . _ _ - . _ - _ _ . _ . _ _ _ . . - _ . - - - _ _ . . ____..w ---

, , , . i I a'  ?

i l

PART IV LIST OF ATTACHMENTS i

NRC Contractor Organizational Conflicts of Interest i (41 CFR Part 20) Attachment 1 l NRC Organization Chart Attachment 2 Proposal Summary and Data Sheet Attachment 3 i

Optional Form 60 Attachment 4 General Provisions Attachment 5 a

NRC Manual 3202 Attachment 6 Government-Furnished Equipment, Condition, and Location Attachment 7  ;

4 Details of HSST Sth Irradiation Attachment 8 i Table 1 Attachment 9 -

Table 2 Attachment 10 Table 3 Attachment 11 Table 4 Attachment 12 Details of Work in Progress in Task 3 Attachment 13 1

)

i l