ML20248A252
| ML20248A252 | |
| Person / Time | |
|---|---|
| Issue date: | 09/21/1989 |
| From: | Bieniarz P, Wiggins E NRC OFFICE OF ADMINISTRATION (ADM), RISK MANAGEMENT ASSOCIATES |
| To: | |
| Shared Package | |
| ML20248A209 | List: |
| References | |
| CON-FIN-L-12669, CON-NRC-04-89-088, CON-NRC-4-89-88 NUDOCS 8910020168 | |
| Download: ML20248A252 (50) | |
Text
. _ _ _ - _ _ _ -
w:q AWARD / CONTRACT Page 1 of 2 Pages
- 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350) RATING
- 2. CONTRACT NO.
. l3. EFFECTIVE DATE l4. REQUISITION / PURCHASE
.3ll3f 4
-8
'5.
ISSUED BY-Code:
l6. ADMINISTERED BY Code:
l-(If,other than. Item 5)
L' U.S. Nuclear Regulatory Commission -
l Contract Administration Branch Div. of-Contracts & Property Mgmt.
l Div. of Contracts & Property Mgmt.
Contract Negotiation Br. 2; P-1042 l Mail Stop P-902 Washington, DC 20555 l Washington, DC 20555 CONTACT - Mary Little-l PHONE -.301-492-4289 l
- 7. NAME AND ADDRESS OF CONTRACTOR l 8. DELIVERY Risk Management Associates, Inc.
l
()
FOB ORIGIN 2309 Dietz Farm Road, NW l
(X)
OTHER (See_below)
Albuquerque. New Mexico 87107 l
l 9. DISCOUNT FOR PROMPT PAYMENT l
N/A Code:
l' Facility Code:
- 10. SUBMIT INVOICES (4 copies unless otherwise specified) TO THE ADDRESS SHOWN IN ITEM: 6
- 11. SHIP T0/
CODE l12. PAYMENT WILL CODE MARK FOR l
BE MADE BY l
US Nuclear Regulatory Commission l
U.S. Nuclear Regulatory Commission M/F:
NRC-04-89-088 - G. Marino l
Division of Accounting and Finance 4934 Boiling Brook Parkway l
GOV /COM Accounting Section Rockville, MD 20852 Washington, DC 2U555
- 13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION
( ) 10 U.S.C. 2304(c)( ) (X) 41 U.S.C. 253(c) (5)
- 14. ACCOUNTING AND APPROPRIATION DATA B&R No.: 96-01-95-00-40 FIN:
L12669 Appn:
31X0200.609 Amount Obligated: $175,000.00 15A. ITEM ISB. SUPPLIES /
15C. QUANTITY I5D. UNIT ISE. UNIT 15F. AMOUNT NO.
SERVICES PRICE See Schedule This is a fixed-price contract.
15G. TOTAL AMOUNT OF CONTRACT
$175,000.00 EXCEPTION TO STANDARD FORM SF26 (REV.4-85)
Prescribed by GSA FAR(48 CFR) 53.214(a) 8910020160 890921 PDR JO_NTR_
AWARD / CONTRACT Page 2 of 2 Pages 16.
TABLE OF CONTENTS X SEC DESCRIPTION PAGE(S)
PART I - THE SCHEDULE A
SOLICITATION / CONTRACT FORM B
SUPPLIES OR SERVICES AND PRICES / COSTS C
DESCRIPTION / SPECIFICATIONS / WORK STATEMENT D
PACKAGING AND MARKING E
INSPECTION AND ACCEFTANCE F
DELIVERIES OR PERFORMANCE G
CONTRACT ADMINISTRATION DATA H
SPECIAL CONTRACT REQUIREMENTS PART II - CONTRACT CLAUSES I
CONTRACT CLAUSES PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS J
LIST OF ATTACHMENTS PART IV - REPRESENTATIONS AND INSTRUCTIONS K
REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF 0FFERORS L
INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS M
EVALUATION FACTORS FOR AWARD CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE 17.
(X) CONTRACTOR'S NEGOTIATED AGREEMENT (Contractor is required to sign this document and return 3 copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all the services set forth or
,therwise identified above and on any continuation sheets for the consideration stated herein.
The rights and obligaHens of the parties to this contract shall be subject to and governed by the following documents: (a) this award / contract, (b) the solicitation, if any, and (c) such provisions, representations, certifications, and specifications as are attached or incorporated by reference herein.
(Attachments are listed herein.)
18.
( ) AWARD (Contractor is not required to sign this document.) Your offer on Solicitation Number
, including the additions or changes made by you which additions or changes are set forth in full above, is hereby accepted as to the items listed above and on any continuation sheets. This award consummates the contract which consists of the following documents: (a) the l
Government's solicitation and your offer, and (b) this award / contract. No further contractual document is necessary.
19A. NAME AND TITLE OF SIGNER l 20A. NAME OF CONTRACTING OFFICER i
(Type or print) l l
Elois J. Wiggins fr:r,cR b.N. A g7 l
19B. INAME OF/OpNTRACTOR l 208. UNITfD STATES OF AMERICA M/
d by t
by w
(Sighature c f person authorized to sign)'
(Signatureof'ContrgngOfficer) 20C. DATE SIGNED 19C. DATE SIGNED j
g
/
EXCEPTION TO STANDARD FORM 26 (REV.4-85)
._ ________________ _ D
6 '
3 TABLE OF CONTENTS' PAGE l
' AWARD / CONTRACT...
1 l
TABLE OF CONTENTS..
3 7
PART.I - THE SCHEDULE........
5.
SECTION B
. SUPPLIES OR SERVICES AND PRICE / COSTS..........
5 B.1 BRIEF DESCRIPTION OF. WORK (MAR 1987).
5 B.2 CONSIDERATION AND OBLIGATION--FIRM FIXED PRICE.......
5 (JUNE 1988)
SECTION C - DESCRIPTION / SPECIFICATION.
6
/ WORK STATEMENT I
C.I' STATEMENT OF WORK (MAR 1987).
6 SECTION D - PACKAGING AND MARKING.
7 I
D.1 PACKAGING AND MARKING (MAR 1987).
7 SECTION E - INSPECTION AND ACCEPTANCE...
8
-E.1
' NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE.
8 E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987).
8 E.3 ACCEPTANCE.......
8 SECTION F - DELIVERIES OR PERFORMANCE...
10 F.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE.
10 F.2 VARIATION IN QUANTITY (FAR 52.212-9) ( APR 1984)....
10 F. 3 PLACE OF UELIVERY--EQUIPMENT (MAR 1987)..
10 F.4 DURATION OF CONTRACT PERIOD (MAR 1987)...
11 ALTERNATE III (MAR 1987)
F.5 DELIVERY SCHEDULE..........................................
11 F.6 REPORTS, DOCutiENTATION, AND OTHER DELIVERABLE END ITEMS...
11 F.7 PLACE OF DELIVERY......................
11.a SECTION G - CONTRACT ADMINISTRATION DATA..
12 G.1 PROJECT OFFICER AUTHORITY (MAR 1987)....,.......
12 ALTERNATE II (MAR 1987)
G.2 PAYMENT...........................
12 SECTION H - SPECIAL COMTRAUT T' REQUIREMENTS...
13 H.1 KEY PERSONNEL (MAR 1987).....
13 H.2 PRIVATE USE OF CONTRACT INFORMATION AND DATA (JUNE 1988).
14 H.3 ORGANIZATIONAL CONFLICTS OF INTEREST........
14 (OMB CLEARANCE NUMBER 3150-0112) (JUNE 1988)
H.4 GOVERNMENT FURNISHED EQUIPMENT / PROPERTY - NONE PROVIDED 16
-(JUNE 1988)
H.5 RISK OF LOSS OR DAMAGE--PURCHASE....
16 (MAR 1987)
H.6 REPLACEMENT PART AVAILABILITY ( ADPE) (MAR 1987).
16 H.7 GLOSSARY OF ADP TERMS (JUNE.1988)....
17 H.8 FIPS PUBS AND STAN9MDS-CDMPL-IMCE (MAR 1987) 18 H.9 MARRANTY OF EQUIPMENT 18 PART II - CONTRACT CLAUSES..
19 SECTION I - CONTRACT CLAUSES 19 1.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE.
19 1.2 PROMPT PAYMENT (52.232-25) ( APR 1989)...
20 I.3 ELECTRONIC FUNDS TRANSFER PAYMENT METHODS.
25
TABLE OF CONTENTS PAGE e,
I.4 CLAUSES INCORPORATED BY REFERENCE 26 (FAR 52.252-2) (JUN 1988)
I.5 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY.
26 (52.203-8) (MAY 1989)
I.6 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT.......
28 INTEGRITY -- MODIFICATION. 52.203-9 (MAY 1989)
I.7 REMEDIES FOR ILLEGAL OR IMPROPER ACTIVITY (52.203-10)..
30 (MAY 1989)
I.8 DRUG-FREE WORKPLACE (FAR 52.223-6).
32 I.9 WARRANTY EXCLUSION AND LIMITATION OF DAMAGES (APR 84....
34 PART III - LIST OF DOCUMENTS, EXHIBITS 35 AND OTHER ATTACHMENTS SECTION J - LIST OF ATTACHMENTS.
35 J.I ATTACHMENTS (MAR 1987).
35 1
I i
I l
i i
l 1
I
t Page 5 NRC-04-89-Ood Section B o
i l
PART I - THE SCHEDULE SECTION 8 - SUPPLIES OR SERVICES AND PRICE / COSTS 1
B.1 BRIEF DESCRIPTION OF WORK (MAR 1987)
The' contractor shall provide " Microcomputer Based Parallel Processing System for Code Computations" l
in accordance with the 50W and Risk Management I
Associates' proposal dated March 20, 1989, and revision of August 14, 1989.
(End of Clause)
B.2 CONSIDERATION AND OBLIGATION--FIRM FIXED PRICE (JUNE 1988)
The firm fixed price of this contract is S175,000.00.
I (End of Clause)
I 1
l 1
i l
l l
1 i
l l
I l
l l
1 l
l l
Page 6 NRC-04-89-Ood Section C
+
SECTION C - DESCRIPTION / SPECIFICATION
/ WORK STATEMENT C.1 STATEMENT OF WORK (MAR 1987)
The work to be performed and the objectives to be met in this contract shall be in accordance with the contractor's technical proposal dated March 20, 1989, as revised August 14, 1989, in response to the FY89 Small Business Innovation Research Program (SSIR) which are attached hereto and incorporated herein as Attachments 3 and 4.
(End of Clause)
I
4 Page 7 NRC-04-89-Oed Section D SECTION D - PACKAGING AND MARKING D. I.
PACKAGING AND MARKING (MAR 1987)
The Contractor shall package material for shipment to the NRC in such a manner that will insure acceptance by common carrier and safe delivery at destination.
Containers and closures shall comply with the Interstate Commerce Commission Regulations, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation.
On the front of the package, the Contractor shall clearly identify the contract number under which the product is being provided.
(End of Clause)
?
Page 8
)
NRC-04-89-Ood S:ction E l
SECTION E - INSPECTION AND ACCEPTANCE l
E.1 NOTICE LISTING CONTRACT CLAUSE 5 INCORPORATED BY REFERENCE NOTICE:
The following solicitation provisions and/or contract clauses pertinent to this section are hereby incorporated by reference:
j FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)
NUMBER DATE TITLE l
52.246-2 JUL 1985 INSPECTION OF SUPPLIES -- FIXED-PRICE l
52.246-4 APR 79AA INSPECTION OF SERVICES -- FIXED-PRICE l
52.246-16 APR 1984 RESPONSIBILITY FOR SUPPLIES j
E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987) i Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the Project Officer at the destination.
(End of Clause)
E.3 ACCEPTANCE (a) General:
All items of equipment provided under this l
contract shall be subject to acceptance in conformity with the standards of performance contained in the l
Original Equipment Manufacturer's (OEM) published i
i specifications and any other requirements of the S0W.
^
The provisions of this clause apply also to all replacement, substitute equipment, and-eouipment added and/or modified during the contract period.
(b) Performance Period:
Acceptance shall be deemed to have j
occurred only after an item of equipment and/or system has functionally operated satisfactorily for a period of thirty consecutive calendar days beginning the day after installation.
If the equipment does not meet the I
standard of performance during the initial I
thirty-consecutive-days period, the performance shall l
continue on a day-by-day basis until the standard of performance is met for a total of thirty consecutive days.
If the equipment fails to meet the standard cf performance after ninety calencar days have elapsed from installation, the Government may, at its option, request a replacement or terminate the contract and request the immediate removal of the equipment.
1 L_._-______--_
k
s
' 1-
'i? '
Page 9 l
NRC-04-gg.0;g
'Secticn E
,^
(c) Delay of Start of Performance Period: -The Government may delay the start of the performance period for a maximum period of thirty consecutive days.
l (End of clause) l l
i l
l 1
l l
)
1 l
l
_______-____-_-__-______-_-__--___-___-__-__--_a
7_
I Page 10 i
I NRC-04-89-Dod Section F i
SECTION F - DELIVERIES OR PERFORMANCE L
F.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED Bi' REFERENCE NOTICE:
The following solicitation provisions and/or contract clauses pertinent to this section are hereby incorporated by reference:
j FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)
NUMBER DATE TITLE 52.212-10 APR 1984 DELIVERY OF EXCESS QUANTITIES OF S100 OR LESS I
52.212-13 APR 1984 STOP-WORK ORDER 52.247-34 APR 1984 F.O.B. DESTINATION 52.247-54 APR 1984 DIVERSION OF SHIPMENT UNDER F.O.B. DESTINATION CONTRACTS l
F.2 VARIATION IN QUANTITY (FAR 52.212-9) (APR 1984)
(a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in l
manufacturing processes, and then only to the extent, if any, I
specified in paragraph (b) below.
(b) The permissible variation shall be limited to:
]
O percent increase l
0 percent decrease This increase or decrease shall apply to 0.
(End of Clause)
F.3 PLACE OF DELIVERY--EQUIPMENT (MAR 1987)
The items to be furnished hereunder shall be delivered, with all charges paid by the Contractor, to:
U.S. Nuclear Regulatory Commission Warehouse Contract Number: NRC-04-89-088 l
4934 Boiling Brook Pkwy.
Rockville, MD 20852 (End of Clause) l
1 7.-
i
~yl[
e Page 11 3 -J-
- NRC-04-89-Dod Ssction F-
"F1 DURATION OF CONTRACT PERIOD (MAR 1987).
. ALTERNATE'III (MAR.1987).
Although'the Government contemplates use of the-system (s);
- (hardware ' and ioftware) for' the.' system's life of 6 years from date of installation, the term of this contract:1s.for twenty-two months from date of award.
(End of Clause) l
' F. 5 DELIVERY SCHEDULE l
. Delivery of the equipment shall be as follows:
a.
Machine 1 and Machine.2 - four weeks after contract award.
)
Conduct training.
b.
' Machine 3 and Machine 4 - eight weeks after contract award.
Conduct training.
l c.
Tasks 2 and 3 associated with each machine will be; accomplished 4
between the end of the second training session and the twenty-second month of the contract and as the codes become available.
The Project Officer shall. decide what specific codes will be included with each machine.
(End of Clause)
F.6' REPORTS, DOCUMENTATION, AND OTHER DELIVERABLE END ITEMS
.i
- a. Letter progress reports in three copies to the Project Officer and J
one copy to the Contracting Officer shall be due on a quarterly i
basis commencing January 31, 1990. A total of seven letter progress reports shall be~provided.
- b. A final report to include the results of the work performed under this contract shall be submitted to the Project Officer in one i
L camera-ready copy and three copies on July 31, 1991.
In addition, ene copy of the final report shall be submitted to the Contracting Officer on July 31, 1991.
l; (End of Cicuse' i
~ * "
i i
~
NRC-04-89-088 Page 11.a Section F-4
- l I
ti l
H F.7 PLACE OF DELIVERY
.The items to be furnished hereunder shall be deliveied, with.all
.j transportation charges paid by the Contractor, to
- 1. Copies to Project Officer:
U.S. Nuclear Regulatory Commission ATTN: George Marine Office of Nuclear Regulatory Research Division of Engineering Technology
.l
-Mail Stop: NL/S-007 l
Washington, DC.20555
- 2. Copies to; Contracting Officer:
U.S. Nuclear. Regulatory Commission ATTN:
Contracting Officer
-Division of Contracts and Property. Management
-Contract Administration Branch, P-902
.)
Washington, DC 20555 L-_-_-__________.---
NRC-04-89-088-
~Page 12
'Section G m
SECTION G'
' CONTRACT ADMINISTRATION DATA-E j
^ '
'G.1
. PROJECT OFFICER AUTHORITY (MAR 1987)
ALTERNATE II~(MAR 1987)
E a.
The Contracting Officer's authorized representative hereinaf ter referred to as the Project Officer for this contract is:
Name:
G. Marino Address: US Nuclear Regulatory Commission
' Division of Safety Issue Resolution Office of Nuclear Regulatory Research l
Mail Stop NLS-007 j
. ashingten. DC 20555 4
W Telephone Number: (301) 492-3986 b.
The Project Officer is responsible for:
- 1) -Monitoring Contractor performance and recommending to l
the Contracting Officer changes in requirements.
j 2)- Inspecting and accepting products / services provided under the contract, j
- 3) Reviewing all Contractor invoices / vouchers requesting payment for products / services provided under the contract and making recommendations for approval, disapproval, or suspension.
c.
The Project Officer is not authorized to make changes to the express terms and conditions of this cont act.
(End of Clause)
G.2 PAYMENT a.
Payment will be mad" '
the contractor in the amount of $50,000.00 upon delivery and accept e of the first two machines and the corresponding training session (See F.5.a.).
j b.
Payment will be made to the contractor in the amount of $50,000.00 upon delivery and_ acceptance of the third and fourth machines and the corresponding training session (See F.5.b.).
Payments will be made to the contractor in the amount of $10,000.00 c.
each after receipt and acceptance of each of the seven letter progress reports as required in Section F.6 a.
d.
Final payment will be made to the contractor in the amount of $5,000.00 after receipt of the final report as required in Section F.6.b.
All contractor invoices shall identify the contract number and the e.
monthly letter progress report for which payment is claimed.
(End of Clause) j
V
^
Page 13
. NRC-04-39-bo8 Section'H l
SECTION H -'SPECIAL CONTRACT REQUIREMENTS L
l:
l H.1 KEY PERSONNEL (mar 1987) a.
The following individuals are considered to be essential
-to the successful performance of the work hereunder.
ihe Contractor agrees that such personnel shall not be removed from the contract work or replaced without compliance with paragraphs b and c hereof, b.
.If one or more of the key personnel for whatever reason beccmes, ' or..ir expectecio' become, unavailable for work uncef this contract for a continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the proposal or initially anticipated, the Contractor shall immediately notify the Contracting Officer and shall, subject to the concurrence of the Contracting Officer, promptly replace such personnel with personnel of at least substantially equal ability and qualifications.
c.
All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitxtiac iha ~ renanW wbnitutions.s -They.
-contain ~a' complete resume 1or tne proposeo s'udstitute' arid other information requested by the Contracting Officer to appreve or disapprove the proposed substitution. The Contracting Officer will evaluate such requests and promptly notify the Contractor of his/her approval or disapproval thereof in writing.
d.
If the Contracting Officer htermines that:
- 1) Suitable and timely replacement of key personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming; or
- 2) That the resultant reduction of effort would be so substantial as to impair the successful completion of the contract or. the service order, the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, as appropriate. If the Contracting Officer finds the Contractor at fault for the condition, the contract price or fixed fee may be equitably indjusted downward to compensate the Government for any resultant delay, loss or damage.
(End of Clause)
Page 14 Section H
- NRC-04-89-bo8 H.2 ~
PRIVATE USE OF CONTRACT INFORMATION AND DATA (JUNE 1988) l Except as specifically authorized by this contract, or as l
otherwise approved by the. Contracting.0fficer, information and other.
l
- data developed or acquired by or furnished to the Contractor in the performance of this contract shall be used only in connection with the work under this contract.
j (End of Clause)
H.3 ORGANIZATIONAL' CONFLICTS OF INTEREST (0MB CLEARANCE NUMBER 3150-0112)(JUNE.1988) a.
. Purpose.
The primary purpose of this' clause is to aid 'in ensuring that the Contractor:
V 1)
Is not placed in a conflicting role because of current or-planned interests (financial, contractual, organizational, or otherwise) which relate to the work'under this contract, and
- 2) Does not obtain an unfair competitive advantage over i
otner parties by virtue of its performance of this contract, b.
Scope. The restrictions described apply to performance or participation by the Contractor as defined in 41 CFR 20-1.5402(f) in the activities' covered by this clause.
~
.c.
Work'for others.
Notwithstanding any other provision of this contract, during the term of this contract, the Contractor agrees to forgo entering into consulting or other contractual l
arrangements with any firm or organization, the restilt of which may give rise to t. ccr tiact cf ir.terest scath rcspcct tc the work being performed under this contract.
The Contractor shall ensure that all' employees under this contract abide by the provision of this clause.
j If the Contractor believes with respect to itself or any employee d
that any proposed consultant or other contractual arrangement with any firm or organization may involve a potential conflict of interest, the Contractor shall obtain the written approval of the Contracting Of fit.er prior to execution of such contractual arrangement.
d.
Disclosure after award.
- 1) The Contractor warrants to the best of its knowledge and i
i belief, and except as otherwise set forth in this contract, that it does not have any organizational conflicts of interest, as defined in 41 CFR 20-1.5402(a).
- 2) The Contractor agrees that, if after award, it discovers organizational confl1 cts of interest with respect to this contract, it shall make an immediate and full disclosure in writing to the Contracting Officer.
This statement must include a description of the action which the Contractor has taken or proposes to take to avoid or mitigate such conflicts.
The NRC may, however, terminate the contract if termination is in the best interest of the
___A
. Pa' ge '
.NRC-04-89-bo8 Section H'
.g; ~. * ^
[
p Government.
e.
Access to and use of information.
1)
If the Contractor in the performance of this contract -
-obtains access'to information, such as NRC plans, policies reports, studies, financial plans, internal data protected by the Privacy Act of 1974 (Pub. L.93-579), or data which has not' been released to the public,-the. Contractor agrees not to:
(i)- Use'this information for any private purpose until
+phe information. has been ' released to the public; (ii) Compete for work for the Commission based on the
- information for a period of six (6) months after either the completion of this contract or the release of the information to the public, whichever is first; (iii) Submit an unsolicited proposal to the Government based on tha ir.4r=rtion prtil cae yrar sfter the release of the information to ths public, or
-(iv) Release the information without prior written approval by the Contracting Officer unless the information has previously been released to the public by the NRC.
2)
In. addition, the Contractor agrees that to the extent it receives or is 'given access to proprietary data, data protected by the Privacy Act of 1974 (Pub. L.93-579), or other confidential or l'
privileged technical, business, or financial information under,this L
contract, the Contractor shall treat the information in accordance with restriction'. Oltred ce t*se of the ir:f cru. tion.
- 3) The Contractor shall have, subject to patent and security provisions of this contract, the right to use technical data it produces under this contract for private purposes provided that all requirements of this contract have been met.
f.
Subcnntractt Except as provided in 41 CFP. 20-1.5402(h),
the Contractor shall include this clause, including this paragraph, in subcontracts of any tier.
The terms " contract," " Contractor,"
anc " Contracting Officer," must be appropriately modifiea to preserve the Government's rights.
g.
Remedies.
For breach of any of the above restrictions or for intentional nondisclosure or misrepresentation of any relevant interest requirej to be disclosed concerning this contract or for such erroneour presentations that necessarily imply bad faith, the Government y
'rminate the contract for default, disqualify the Contractor from ;ubsequent contractual efforts, and pursue other remedies permitted by law or this contract, h.
Waiver.
A request for waiver under this clause must be directed in writing through the Contracting Officer to the Executive Director for Operations (EDO) in accordance with the procedures
Page 16 l
NRC-04-89-0:8 Section H outlined in 41 CFR 20-1.5411.
(End of Clause)
H.4 GOVERNMENT FURNISHED EQUIPMENT / PROPERTY - NONE PROVIDED (JUNE 1988)
The Government will not provide any equipment / property under this contract.
(End of Clause)
H.5 RISK OF LOSS OR DAMAGE--PURCHASE (MAR 1987) a.
The Government is relieved of all risks of loss or damage to the equipment, up to and including the day prior to the first day of a successful performance period, except for:
1)
Loss or damage caused by nuclear reaction, nuclear i
raciation, raaicactive contamination, war, insurrection, civil i
strife, rebellion, weapons of war; or i
- 2) Negligence on the part of the Government or its agents, providea, however, that the Government shall be relieved of the liability for such risks of loss or damage due to negligence if any commercial customer of the Contractor is relieved of sucn liability uncer like circumstances.
I b.
If the Gowarnment is lieble for loss or damage of a macnine, tim Cuide.tur sh n n.ac thc opticn to restore the machine to its previous condition, in which event the Government shall pay the Contractor to perform such restoration at the Contractor's l
then-current prices, terms, and conditions.
If the Contractor elects not to restore the machine, the Government may, at its own expense, restore the machine to its previous condition.
If, however, the macrina is lost or damaged beyond repair, the Government shall pay 1.0 Lht. Contr6ctoi the same price for the j
macnine as the Government would have paid had it purcnasea the i
macnine on the day prior to the loss or damage under tne provisions l
of this contract.
This clause shall govern risk of loss or camage, j
notwithstanding any other provisions of this contract relating to title, payment, or ownership.
(End of Clause) f H.6 REPLACEMENT PART AVAILABILITY ( ADPE) (MAR 1987)
)
If replacement parts are not available from the Contractor, the Government may require the Contractor to furnish data that is available to assist the Government to obtain replacement parts from another source.
(End of Clause)
~,
~
Page 17 I
NRC-04-89-088 Section H i
i H.7 GLOSSARY _OF ADP. TERMS (JUNE 1988) i The definitions and explanations; set forth.in-this glossary are i
l an. integral part of the terms and conditions of this contract.
Data Processing Equipment System and/or Subsystem..The a.
complement of individual machines and operating software furnished-by the Contractor and acquired to operate as an integrated group.
)
i b.
Equipment.
An all inclusive term which refers either to an inoividual machine or to the total complement of machines recuired to operate as an integrated group.
Equipert W/or Operating Software Failure.
A j
c.
i
~
malfunction in the contractor-supplieo eauipment and/or operating
-l software, excluding all external factors, which prevents the accomplishment of.the-job.
d Installation Date.
The date by which the Contractor must have the ordered equipment ready for use by the Government.
e.
Macnine.
An individual unit, including features. installed thereon, of a data processing system, or subsystem, identified by a type and/or model number, such as a central processing unit, additional memory module, a tape unit, a card reader, etc.
f.
Mechanical Replacement.
'the replacement of one machine l
for another occasioned by the. mechanical condition of the eauipment being replaced.
g.
Operating Software. Those routines that interface directly with hardware (including peripheral devices), the computer operations, applicatic r end utility programs.
h.
Operational Use Time.
The time during which eauipment is in actual operation, exclusive of idle time, standby time, or maintenance time due to machine failure; not synonymous with
" power-off" time, i.
Preventive Maintenance.
That maintenance performed by the j
Contractor which is designed to keep the equipment in proper 1
operating condition.
It is performed on a scheduled basis.
J.
Principal Period of Mair.tenance. Any 9 rensecutive hours per day., including an official meal period not to exceed I hour per day, between the hours of 8:00 AM and 5:00 PM, tionday through Friday, excluding holidays observed at the NRC installation.
h.he ip i rio of maintenance r
e r
n ni i
Page 18 NRC-04-89-088 Section H Maintenance at a fixed price for such period, regardless of the number of calls requested during such period.
1.
Remedial Maintenance.
That maintenance performed by the Contractor which results from Contractor supplied equipment or operating software failure.
It is performed as required and is therefore on an unscheduled basis.
m.
-'al Monthly Charges.
- 1) Rental. All monthly charges for the use (rental) of equioment and software and for maintenance thereof.
- 2) Maintenance of Government-owned.
All monthly charges for the aintenance of equipment and software supplied under this contract.
Alteration.
An alteration is defined as any change to a macrine which deviates from the physical, mechanical, or electrical macrine cesign (including microcode), whether or not additional devices or parts are required.
Attacnment.
An attachment is defined as the mechanical, electrical, or electronic interconnection of equipment manufacture by :tner than the original equipment manufacturer and connected to the acnine or system.
(End of Clause)
H.S FIPS PUBS AND STANDARDS COMPLIANCE (MAR 1987)
Ir no case shall the Contractor or any subcontractor take any act':n or use any replacement parts that would result in eauipment that is not in compliance with applicaole FIPS PUBS and Standaros wit :ut written Contracting Officer approval.
(End of Clause)
H.9
.ARRANTY OF EQUIPMENT The contractor warrants all commercial off-the-shelf equipment ano components provided under this contract in accordance with the Original Equipment Manufacturer's (OEM) warranty.
In addition, the contractor shall warrant the entire system, on site, for 30 days from the date of acceptance.
(End of Clause)
z p
.Page 19 NRC-04-89-088'Section I' l
.PART'II - CONTRACT CLAUSES l
CONTRACT CLAUSES SECTION-I I.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE NOTICE:
The following solicitation provisions and/or contract clauses pertinent to this section are hereby incorporated by reference:
FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)
NUMBER DATE
~!TLE 52.202-1 APR 1984 DEFINITIONS 52.203 APR 1984 '0FFICIALS NOT TO BENEFIT 52.203-3 APR 1984' GRATUITIES 52.203-5 APR 1984 COVENANT AGAINST CONTINGENT FEES 52.203-6 JUL 1985 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT 4
52.203-7 OCT 1988 ANTI-KICKBACK PROCEDURES 52.215-1 APR 1984 EXAMINATION OF RECORDS BY COMPTROLLER GENERAL 52.215-2 APR 1988 AUDIT -- NEGOTIATION 52.215-22 APn 1 rag
& g ;, p m e y.4. t u.
ur.
DEFECTIVE COST OR PRICING DATA 52.215-24 APR 1985 SUBCONTRACTOR COST OR PRICING DATA 52.215-26 APR 1987 INTEGRITY OF UNIT PRICES ALTERNATE I (APR'1987) 52.215-31 SEP 1987 WAIVER OF FACILITIES
- e, n r
"$ ryn'EY 52.215-33 JAN 1986 ORDER OF PRECEDENCE 52.219-6 APR 1984 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE 52.219-8 JUN 1985 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS 52.219-13 AUG 1986 UTILIZATION OF WOMEN-OWNED SMALL BUSINESSES 52.220-3 APR 1984 UTILIZATION OF LABOR SURPLUS AREA CONCERNS 52.222-3 APR I?B4-4-mn.C li,C~T:
52.222-26 APR 1984 E0 VAL OPPORTUNITY 52.222-35 APR 1984 AFFIRMATIVE ACTION FOR SPECIAl DISABLED AND VIETNAM ERA VETLRANS 52.222-36 APR 1984 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS 52.222-37 JAN 1988 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA 52.223-2 APR 1984 CLEAN AIR AND WATER
'NRC-04-89-099 Page'20'
.Section I_
'52.225-3' 'AUG 1988 BUY AMERICAN ACT -- SUPPLIES E
52.227-1 APR 1984. AUTHORIZATION AND CONSENT 52.227-2 APR 1984 NOTICE AND ASSISTANCE 1
REGARDING PATENT AND COPYRIGHT INFRINGEMENT l
52.227-11 JUN 1989 PATENT RIGHTS--RETENTION BY THE CONTPETOR (SHORT FORM) 52.227-20 JUN 1987 RICH ~S IN DATA--SSIR PROGRAM 52.232-1 APR 1984 PAYMENTS 52.232-8 JUL 1985 DISCOUNTS FOR PROMPT PAYMENT 52.232-11 APR 1984 EXTRAS 52.232-17 APR 1984 INTEREST j
.52,232-23 JAN 1986 ASSIGNMENT OF CLAIMS 52.233-1 APR 1984 DISPUTES 52.233-3 JUN 1985 PROTEST AFTER AWARD j
52.243-1
'AUG 1987 CHANGES -- FIXED PRICE l
ALTERNATE II (APR 1984) 52.247-64 APR 1984 PREFERENCE FOR PRIVATELY OWNED m 6t M JF55ELS 52.249-8 APR 1984 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) 52.249-2 APR 1984 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) i
)
I.2 PROMPT PAYMENT (52.232-25) ( APR 1989)
Notwithstanding any other payment clause in this contract, the i
Government will make invoice payments and contract financing payments under the terms and conditions specified in this clause.
Payment shall be considered as beinn mada nn tha day a check is l
dated or an electror.ic t eds t ra ne h dc. et tr.itics of l
j pertinent terms are set forth in 32.902. All days referred to in this clause are calendar days, unless otherwise specified.
(a) Invoice Payments (1) For purposes of this clause, " invoice payment" means a Government disbursement ca monies to 6 t.ont.ractor unuer a contract i
or other authorization for supplies or services accepted by the Government. This includes payments for partial deliveries that have been accepted by the Government and final cost or fee payments where amounts owed have been settled between the Government and the i.
1 Contractor.
(2) Except as indicated in subparagraph (a)(3) and paragraph (c) of this clause, the due date for making invoice payments by the designated payment office shall be the later of the following two events.
(i) The 30th day after the designated billing office has received a proper invoice from the Contractor.
(ii) The 30th day after Government acceptance of supplies delivered or services performed by the Contractor.
On a final invoice where the payment amount is subject to contract settlement actions, acceptance shall be deemed to have occurred on the
.l o.
Page 22 J
NRC-04-89-068.
Section I
' effective date of the contract settlement. However,-if the designated ~ billing office fails to annotate the invoice with the actual date of receipt, the invoice payment due date shall be deemed to be the 30th day after the date the. Contractor's invoice is dated, provided a proper invoice is received and there is no disagreement over quantity, quality..'or Contractor compliance with contract requirements.
(3) The due date on contracts for meat-and meat food products, contracts for perishable agricultural commodities, contracts for dairy products, edible fats or oils, and food products prepared from edible fats or oils, and contracts not requiring submission of an' invoice shall be as follows:
(i) The due date for meat and meat food products, as defined in Section 2(a)(3) of the Packers and Stockyard Act of 1921 (7 U.S.C.
182(3)) and further defined in Pub. L.98-181 to include any edible fresh or frozen poultry meat, an perishable poultry meat food l
product, fresh eggs, i.r.d.uc. is. : <hahl. %:i prudact, # 1 te as close as possible to, but not later than, the 7th day after product delivery.
l
.(11) The due date for perishable agricultural commodities, as d
defined in Section 1(4) of the Perishable Agricultural Commodities Act of 1930 (7 U.S.C. 499a(44)), will be as close as possible to, but not later than, the 10th day after product delivery, unless another date is specified in the contract.
1 (iii) The due date for dairy products, as defined in Section 111(e) of the Dairy Production Stabilization Act of 1983 (7 U.S.C.
1 4502(e)), edible fats or on3, e mi tem preAcb prcpered from edible fats or oils, will be as close as possible to, but not later I
than the 10th day after the date on which a proper invoice has been received.
(4) An invoice is the Contrac. r's bill or written request for payment under the contract for suplies delivered or services performed.
An invoice shcl! bi..coprcd and cubmitted to the designated billing officer speci/ fed in the contract.
A proper J
invoice must include the items listed in subdivisions (a)(4)(1) through (a)(4)(viii) of this clause.
If the invoice does not comply with these requirements, then the Contractor will be notified of the defect within 7 days after receipt of the invoice at the designated billing-office (3 days for meat and meat food products and 5 days for perishable agricultural commodities, edible fats or oils, and l
food products prepared from edible fats or oils).
Untimely l
i notification will be taken into account in the computation of any i
l-interest penalty owed the Contractor in the manner described in i
subparagraph (a)(6) of this clause.
(1) Name and address of the Contractor.
I (ii) Invoice date.
l (iii) Contract number or other authorization for supplies
.A
Page 22 6^
NRC-04-89-088 Section I delivered or services performed (including order number and~ contract line item number).
'(iv) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed.
(v)' Shipping and payment terms (e.g., shipment number and date of shipment, prompt paynient discount terms).-Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading.
(vi) Name and address of Contractor official to whom payment is to be sent (must be the o me as that in the contract or in a proper notice of assignment).
(vii) Name (where pmeticable), title, phone number and mailing address of person to be notified in event of a defective invoice.
(viii) Any other informFtica or dacomer4 piar rutered by other requirements of the contract (such as evidence of snipment).
(5) An interest penalty shall be paid automatically by the Government, without request from the Contractor, if payment is not made by the due date and the conditions listed in subdivisions (a)(5)(1) through (a)(5)(iii) of this clause are met, if applicable.
An interest penalty shall not be paid on contracts awarded to foreign vendors outside the United States for work performed outside the United States.
(i) A proper invoice was received by the designated billing office.
(ii) A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with any contract term or condition.
(iii) In the case of a final invoira for my halance of funds due the Contractor for supplies delivered or services performed, the amount was not subject to further contract settlement actions between the Government and the Contractor.
(6) The interest penalty shall be the rate established by the Secretary of the Treasury under Section 12 of the Contract Disputes Act of 1978 (41 U.S.C. 611) that is in effect on the day after the due date, except where the interest penalty is prescribed by other governmental authority. This rate is referred to as the
" Renegotiation Board Interest Rate," and it is published in the Federal Register semiannually en or about January 1 and July 1. The interest penalty shall accrue daily on the invoice payment amount approved by the Government and be compounded in 30-day increments inclusive from the first day after the due date through the payment i
date. That is, interest accrued at the end of any 30-day period will be added to the approved invoice payment amount and be subject to interest penalties if not paid in the succeeding 30-day period. If
7.
e, s
'Page 23 l
NRC-04-89-Oed Sect 1on I
+
l the designated billing office failed to notify the contractor of a.
u defective invoice 'within the periods prescribed in paragraph (a)(4)
I of this clause, then the due date on the corrected invoice will be adjusted by subtracting the number of days taken beyond the i
prescribed notification of defects period. Any interest penalty owed i
the Contractor will be based on this adjusted due date. Adjustments will be made by tha @ ri p +ed payment office for errors in j
calculating-interest penalties, if requested by the Contractor.
(1)'For the sole purpose of computing an interest penalty that j
might be due the Contractor, Government acceptance shall be deemed to have occurred constructively on the 7th day (unless otherwise i
specified in this contract) after the Contractor delivered the supplies or performed the services in accordance with the terms and-conditions of the contract, unless there is a disagreement over j
quantity, quality, or contractor compliance with a contract provision. In the event that actual acceptance occurs within the constructive acceptance period, the determination of an interest penalty shcIl hr M W... :'.
..J. A d,. t r of eccepi m te.
The i
constructive acceptance requirement does not, newever, compel I
Government officials to accept supplies or services, perform l
contract administration functions, or make payment prior to j
fulfilling their responsibilities.
l (ii) The following periods of time will not be included in the j
determination of an interest penalty:
1 (A) The period taken to notify the Contractor of defects in invoices submitted to the Government, but this may not exceed 7 days (3 days for meat and meat food products and 5 days for perishable agricultural cow..odit 1% d t y padw t.x e n: 6. or o t h, 4.nd food products prepared from edible fats or oils).
(8) The period between the defects notice and resubmission of the corrected invoice by the Contractor.
(iii) Interest penalties will not continue to accrue after the filing of a clair fer uch pencltic under tv -lrxtc tt E2.233-1, Disputes, or for more than 1 year. Interest penalties of less than
$1.00 need not be paid.
(iv) Interest penalties are not required on payment delays due to disagreement between the Government and Contractor over the payment amount or other issues involving contract compliance or on amounts temporarily withheld or retained in accordance with the terms of the contract. Claims involving disputes, and any interest that may be payable, will be resolved in accordance with the clause at 52.233-1, Discutes.
(7) An interest penalty shall also be paid automatically by the designated payment office, without request from the contractor, if a discount for prompt payment is taken improperly.
The interest penalty will be calculated as described in subparagraph (a)(6) of this clause on the amount of discount taken for the period beginning with the first day after the end of the discount period through the
v r
lPage24 NRC-04-89-088' Ssetton I je-date when the Contractor-is paid.
-(8) If this. contract was awarded on or after October.1, 1989, a penalty amount,' calculated in accordance with regulations issued by
..the Office of. Management and Budget, shall be' paid in addition to the interest penalty amount if the Contractor-
- (i) 1s wed en intere:t penelty;
.-(ii) 'Is not paid the interest penalty within 10 days after. the date'the invoice amount is paid; and (iii) Makes a written demand, not later than 40 days after the date the invoice amount is paid, that the agency pay such a penalty.
(b) Contract Financing Payments (1) For purposes of this clause, " contract financing payment" means a Govaramant ri4 bur <amant af man 4 5 tn a Cnntractor under a-contract clauw ut tther auti,urization prior to newplince of supplies or services by the Government. Contract financing payments include advance' payments, progress payments based on' cost under the
-clause at 52.232-16, Progress Payments, progress payments based on a-percentage or stage of completion (32.102(e)(1)) other than those made under the clause at 52.232-5, Payments Under' Fixed-Price Construction Contracts, or the clause at 52.232-10,- Payments Under Fixed-Price Architect-Engineer Contracts, and interim payments on cost type contracts.
(2).For contracts that provide for contract financing, requests for payment.S ell be snSmitted to tha riasignatv billine office as h
specified in this contract or as directed by the Luntracting Officer. Contract financing payments shall be made on the (insert day as prescribed by Agency head; if not prescribed, insert 30th day) day after' receipt of a proper contract financing request by the designated billing office. In the event that an audit or other review of a specific financing request is required to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make payment by the due date specified.
(3) For advance payments, loans, or other arrangements that do not involve recurrent submissions of contract financing requests, l
payment shall be made in accordance with the corresponding contract L
terms or as directed by the Contracting Officer.
(4) Contract financing payments shall not be assessed an interest penalty for payment delays.
(c) If this contract contains the clause at 52.213-1, Fast Payment Procedure, payments will be made within 15 days after the date of receipt of the invoice.
(End of Clause)
E_ - _ _ _ _ _
Page 25
.NRC-04-89-Oo8 Section I-
=<
i I.3 ELECTRONIC. FUNDS TRANSFER PAYMENT METHODS i
(52.232-28) (APR 1989)
Payments.under this contract will be made by the Government either by check or electronic funds-transfer (through the Treasury Fedline Payment System (FEDLINE) or the Automated Clearing House (ACH)), at j
the option of.the Government.
After award, but no later than 14' l
days-before an invoics or ccntract financing request is submitted, l
the Contractor shall designate a financial institution for receipt i
of electronic funds transfer payments, and shall submit this designation'to the Contracting Officer or other Government official, as directed.
(a) For payment through FEDLINE, the Contractor shall provide the following information:
-(1) Name, address, and telegraphic abbreviation of the financial institution receiving payment.
i (2) The American Bankers Association 9-digit identifying number for wire transfers of the financing institution receiving payment if the institution has access to the Federal Reserve Communications j
System.
j (3) Payee's account number at the financial institution where funds are to be transferred.
i (4) If the financial _ institution does not have access to the j
Federal Reserve Communications System, name, address, and telegraphic abbreviation of the correspondent financial institution i
through which the financial institution receiving payment obtains l
wire transfer activity.
Provide the telegraphic abbreviation and 1
American Bankers Association identifying number for the correspondent institution.
i (b) For payment through ACH, the Contractor shall provide the following information:
l (1) Routing transit number of the financial institution receiving payment (same as American Bankers Association identifying number used for FEDLINE).
(2) Number of account to which funds are to be deposited.
1 (3) Type of depositor account ("C" for checking, "S" for savings).
(4) If the Contractor is a new enrollee to the ACH system, a
" Payment Information Form," SF 3881, must be completed before l
payment can be processed.
(c) In the event the Contractor, during the performance of this contract, elects to designate a different financial institution for the receipt of any payment made using electronic funds transfer procedures, notification of such change and the required information
~
Page 26-NRC-04-89-bsd S:;ction I 7
L specified above must be received by the appropriate Government official 30 days prior to the date such' change is to become
, effective.
L (d) The documents furnishing the information required in this clause must be dated and contain the signature, title, and telephone number of the Contractor official authorized to provide it, as well as the Cont uctm 's hame and contract number.
(e) Contractor failure to properly designate a financial institution or to ' provide appropriate payee bank account information may delay paymerts of amounts otherwise properly due.
(End of Clause) 1.4 CLAUSES INCORPORATED BY REFERENCE (FAR 52.252-2) (JUN 1988)
This contract incorporates one or more clauses by reference, with the same force and effect. as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
(End of Clause)
I.5 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY (52.203-8) (MAY 1989)
(a) Definitions. The definitions at FAR 3.104-4 are hereby incorporated in this provision.
(b) Certifiuuun>. n> requirea in paragrapn (c) of this provision, the officer or employee responsible for this offer shall execute the following certification:
CERTIFICATE OF PROCUREMENT INTEGRITY 7
7 (1) I, 1b& ') j')d%
tofh
_ (Name of certifier), am the of ficer or ernpluyee responsible for the preparation of this offer or bid and hereby certify that, to the best of my knowledge and belief, with the exception of any information described in this certificate, I have no information concerning a violation or possible violation of subsection 27 (a),
(b), (c), or (e) of the Office of Federal Procurement Policy Act (41 U.S.C. 423) (hereinafter referred to as "the Act"), as implemented (solicitation number br* g the conduct of this procurement in the FAR, occurring durin
- + or f
).
(2) As required by subsection 27(d)(1)(B) of the Act, I further certify that each officer, employee, agent, representative, and consultant of f,k Mww.emmr-A ss ~. n m >
T-.
(Name of offeror) who has participated personally and substantially in the preparation or submission of this offer has certified that he or she is familiar with, and will comply with, the requirements of subsection 27(a) of the Act, as implemented in the FAR, and will
b NRC-04-89-Ots8
'Srction I report'immediately to me any information concerning a violation or possible violation of the Act, as implemented in the-FAR, pertaining
'to this procurement.
(3) Violations or possible violations: (Continue on plain bond
~
paper if necessary and label " Certificate of Procurement Integrity (Continuation Wet)") (ENTER "NONE" IF NONE EXISTS) 0Nl[
I Signature'of the Officer A ---
or' Employee Responsible for the Offer) f
.m
/I/ /OY (Date) h8-4 I
~WR i /4 > hil 7-(Typed Name of the Officer or Employee Responsible for the Offer)
THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001.
(End of certification)
(c) The signed certification in paragraph (b) of this provision shall be executed-and submitted as follows:
(1) If this is an invitation for bids (IFB), with bid submissions exceeding $100,000.
(2) If this is a procurement using the two-step sealed bidding procedure (see FAR Subpart 14.5), with bids exceeding $100,000, with submission to the Government of step-two sealed bids.
(3) If this is a request for proposal (RFP) or quotation (RFQ),
by the successful offeror as close as practicable to, but in no event later than, the date of award of a contract exceeding
$100,000.
(4) If this is an invitation for bids for an indefinite delivery-type contract, and if the estimated va'lue of orders to be placed under the contract is expected to exceed $100,000, with the bid submission.
(5) If this is an RFQ or RFP for an indefinite delivery-type contract, and if the estimated value of orders expected to be placed under the contract is expected to exceed $100,000, by the successful
.9 4 _
Page 28 NRC-04-89-088 Section I.
1 offeror as'close as practicable to, but in no event later than, the
)
date of contract award.
(6) For letter contracts, prior to award of the letter contract and prior to definitization of the letter contracts.
(7) For other procureme-t-actions in excess of $100,000, prior _to l
award or execution as specified by the Contracting Officer.
(8) The certificate required by subparagraphs (c)(3) and (c)(5) through (c)(7) of this provision shall be submitted to the Contracting Officer within the time period specified by the l
Contracting Officer when requesting the certificate.
(d) Pursuant to FAR 3.104-9(d), the offeror may be requested to execute additional certifications at the request of the Government.
1 (e) Failure of an offeror to submit the certification required by FAR 3.104-9(L-) e-e-y edda tene; &rtif icatio% porstant to FAR 3.104-9(d) will render the offeror ineligible for contract award (see FAR 9.104-1(g)).
(f) A certification containing a disclosure of a violation or j
possible violation will not necessarily result in the withholding of i
award under this solicitation. However, the Government, after i
evaluation of the disclosure, may cancel this procurement or take i
I any other appropriate actions in the interest of the Government, such as disqualification of the offeror.
(g) In making the certification in subparagraph (b)(2) of this
. u
-h og o 11+ & rt n cstion tg an provision, the ef t
- officer, employee, agent, representative, or consultant that such
)
person is in compliance with the requirements of subsections 27 (a),
(b), (c), or (e) of the Office of Federal Procurement Policy Act (41
)
U.S.C. 423), as implemented in the FAR, unless the offeror knows, or should have known, of reasons to the contrary. The offeror may rely upon periodic certifications that must be obtained at least annually, suppivim Led,;U pe:icdle trtirdr.g programs. These certifications shall be maintained by the contractor for 6 years from the date of execution.
l (h) The certifications in paragraph (b) and (d) of this provision are a material representation of fact upon which reliance will be
)
4 placed in awarding a contract.
(End of provision)
I.6 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY -- MODIFICATION. 52.203-9 (MAY 1989)
(a) Definitions. The definitions set forth in FAR 3.104-4 are hereby incorporated in this clause.
(b) The Contractor agrees that it will execute the certification i
i
~
L Page 29 k*
NRC-04-89-Dod Section I l
set forth in paragraph (c) of this clause when requested by the.
Contracting.0fficer in connection with the execution of any l
modification of this contract. A contract modification may not be l
executed without the certification.
j i
(c) Certification. As required in paragraph (b) of this clause, the officer or employee responsible for the modification proposal shall execute the following certification:
CERTIFICATE OF PROCUREMENT INTEGRITY -- MODIFICATION (MAY 1989)
Q (1) I, f c bc
}D
% '#' m cx e -
(Name of certifier), am the officer or employee responsible for the preparation of this modification proposal and hereby certify that, to the best of my knowledge and belief, with the exception of any information described in this certification, I have no information concerning a violation or possible violation of subsection 27(a),
(b), (c), or (e) of the Office of Federal Procurement Policy Act (41 U.S.C. 423), (hereinaf ter referred te o the Act), as im::lemented in the FAR, occurring during the conduct of this procurement (contract number NAC #4 - o #r ) (modification number
).
(2) As required by subsection 27(d)(1)(B) of the Act, I further l
certify that each officer, employee, agent, representative, and j
consultant of R.w Muncuewr AS sc c. A rFs T-, c (Name of offeror) who has participated personally and substantially in the preparation or submission of this proposal has certified that he or she is familiar with, and will comply with, the requirements of subsection 27(a) of the Act, as implemented in the FAR, and will report immediately to me any infonot wn centerrang r. viciation or possible violation of subsections 27 (a), (b), (c), or (e) of the 4
I Act, as implemented in the FAR, pertaining to this procurement.
(3) Violations or possible violations: (Continue on plain bond paper if necessary and label " Certificate of Procurement Integrity
-- Modification (Continuation Sheet)") (ENTER "NONE" IF NONE EXISTS)
/ / 6 N' E
\\
1 l
(Signature of the Officer or Employeh Responsible for the Modification Proposal)
~
I be
!/ N (Date)
/
3 3
p
' F TT S O l'F N e A R ~4 (Typed Name of the Officer or Employee Responsible for the Modification) Proposal]
Page 30 NRC-04-89-Dod S:;ction I i
THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, i
FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT i
TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001.
(End of certification)
(d) In making ths certification in paragraph (2) of the certificate, the Contractor may rely upon the certification by an officer, employee, agent, representative, or consultant that such i
person is in compliance with the requirements of subsections 27 (a),
(b), (c), or (e) of the Office of Federal Procurement Policy Act (41 U.S.C. 423), as implemented in the FAR, unless the Contractor knows.
l or should have known, of reasons to the contrary. The Contractor may rely upon periodic certifications that must be obtained at least annually, supplemented with periodic training programs. These certifications shall be maintained by the Contractor for a period of 6 years fron, the date of execution.
(e) The certification required by paragraph (c) of this clause is a material representation of fact upon which reliance will be placed in executing this modification.
(End of clause)
I.7 REMEDIES FOR ILLEGAL OR IMPROPER ACTIVITY (52.203-10)
(MAY 1989)
(a) The Government, at its election, may reduce the price of a fixed price type contract or contract modification and the total cost and fee under e cest-type cratr:rt er cor. tract modification by the amount of profit or fee determined as set forth in paragraph (c) of this clause if the head of the agency or his or her designee, determines that there was a violation of subsection 27(a) of the Office of Federal Procurement Policy Act (41 U.S.C. 423) as implemented in the FAR., In the case of a contract modification, the fee subject to reduction is the fee associated with the particular contract modification.
(b) Prior to making such a fee or profit reduction, the agency heac or his or her designee shall provide to the Contractor a written notice of the action being considered and the basis therefor. The Contractor shall have a period determined by the I
agency head or his or her designee, but in no event less than 30 calendar days after receipt of such notice, to submit in person, in writing, or through a representative, information and argument in l
opposition to the proposed reduction. The agency head or his or her designee may, upon good cause shown, determine to reduce the contract or contract modification price or fee by an amount which is less than the amount determined under paragraph (c) of this clause.
(c) The price or fee reduction referred to in paragraph (a) of this clause shall be --
(I) For cost plus-fixed-fee contracts, the amount of the fee 1
i
4'
.1 Page 31 Section I
.NRC-04-89-Oed l
l specified in the contract at the time of award; (2) For cost plus-incentive-fee contracts, the target fee specified in'the contract at the time of award notwithstanding any i
minimum fee or " fee floor" specified in the contract.
j I
(3) For cost plus-award-fee contracts --
l
.1 (1) The base fee established in the contract at the time of i
l contract award; l
(ii) If no base fee is specified in the contract, 10 percent of I
the amount of each award fee otherwise payable to the contractor for
)
each incentive period or at each award fee determination point.
j (4) For fixed price-incentive contracts, the Government may --
(i) Reduce the contract target price and contract target profit i
both by an amount equal to the initial target profit specified in the contract at the time ci contract award; j
(ii) When the contract provides for multiple deliverables, reduce the amount otherwise payable to the contractor upon each delivery i
and acceptance by an amount determined by the Contracting Officer to be the profit portion of each payable amount until the cumulative-total of such reductions is equal to the initial target profit amount specified in the contract at the time of contract award; (iii) In addition to any other withholdings, retentions or
=
reserves, reduce the amount of progress payments otherwise payable l
in connection with each invoice or voucher properly submitted by the j
contractor for payment uni.il 'i. eggregete regress payments-amounts i
so withheld equal the initial target profit established at the time l
of contract award; or (iv) If the Government elects either (c)(4) (ii) or (iii) of this clause, at the time of total final price establishment, the price established in accordance with the incentive price revision i
provisions of the contract sliell lie reduced by an amount equal to i
the amount of initial target profit specified in the contract at the
(
time of contract award and such reduced price shall be the total j
final contract price. Any progress payments amounts retained by the Government in (c)(4)(iii) of this clause shall be returned to the contractor, if appropriate.
(5) For firm-fixed price contract or contract modifications, by 10 percent of the initial contract price; 10 percent of the contract modification price; or a profit amount determined by the Contracting j
Officer from records or documents in existence prior to the date of the contract award or modification.
(d) The Government may, at its election, reduce a prime contractor's price or fee in accordance with the procedures of parcgraphs (b) and (c) of this clause for violations of the Act by its subcontractors by an amount not to exceed the amount of profit
mg ~ -
v, l.
Fage 32 NRC-04-89-088 Section I L
or fee reflected in the subcontract at the time the subcontract was first definitively priced.
(e) In addition to the remedy in paragraph (a) of this clause, the Government may terminate this contract or modification for default. The rights and remedies of the Government specified herein are not exclusive, and are in addition to any other rights and remedies previded by lav! er under this contract.
l (End of clause)
I.8 DRUG-FREE WORKPLACE (FAR 52.223-6)
(a) Definitions. As used in this clause, l
l
" Controlled substance" means a controlled substance in schedules I tnrough V of section 202 of the Controlled Substances Act (21 U.S.C. 812) and as further defined in regulation at 21 CFR
'1308.11-1308.15.
" Conviction" means a finding of guilt (including a plea of nolo contendere)'or imposition of sentence, or both, by any judicial body charged with the responsibility to determine violations of the Federal or State criminal drug statutes.
" Criminal drug statute" means a Federal or non-Federal criminal statute-involving the manufacture, distribution, dispensing, possession or use of any controlled substance.
" Drug-free work. ace" means a site for the performance of work t
done in connection with a specific contract at which employees of the contractor are prohibited from engaging in the unlawful manufacture, distribution, dispensing., possession, or use of a controlled substance.
" Employee" means an employee of a contractor directly engaged in the performance of work under a Government contract.
" Individual" means an offeror / contractor that has no more than one employee including the offeror / contractor.
(b) The Contractor, if other than an individual, shall --
I (1) Publish a statement notifying its employees that the unlawful
)
l manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the contractov's workplace and specifying the actions that will be taken against emp'i. vees for violations of such prohibition; (2) Establish a drug-free awareness program to inform such employees about--
(i) The dangers of drug abuse in the workplace; (ii) The contractor's policy of maintaining a drug-free 1
~ '
Page 33 NRC-04-89-Os8 Section I workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations _ occurring in the workplace.
(3)' provide all' employees engaged in performance of the contract with a copy of the statement required by subparagraph (b)(1) of this clause; (4) Notify such employees in the statement required by subparagraph (b)(1) of this clause, that as a condition of cor.tinued employment on this contract, the employee will --
(i) Abide by the terms of the statement; and (ii) Notify the empicycr of any criminal drug statute conviction for a violation occurring irthrworkplace no later than five (5) days after such conviction.
(5) Notify the contracting officer within ten (10) days after receiving notice under subdivision (a)(4)(ii) of this clause, from an employee or otherwise receiving actual notice of such conviction; (6) Within 30 days after receiving notice under subparagraph (a)(4) of this clause of a conviction, impose the following sanctions or remedial measures on any employee who is convicted of drug abuse violations occurring in the workplace:
(1) Taking appr,riate personnel action against such employee, up to and including termination; or (ii) Require such' employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency.
(7) Nke a good faith effort to maintain a drug-free workplace through' implementation of subparagraphs (b)(1) through (b)(6) of this clause.
(c) The Contractor, if an individual, agrees by award of the contract or acceptance of a purchase order, not to engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the performance of this contract.
(d) In addition to other remedies available to the Government, the Contractor's failure to comply with the requirements of paragraphs (b) and (c) of this clause may, pursuant to FAR 23.506, render the contractor subject to suspension of contract payments, termination of the contract for default, and suspension or debarment.
l Page 34 NRC-04-89-Oed Ssction I (End' of Clause)
I.9 WARRANTY EXCLUSION AND LIMITATION OF DAMAGES (APR 84 j
i FIRMR)
Except as expressly set forth in writing in this agreement, or except as provided in the Commitments, Warranties, and Representations clause, if applicable, and except for the implied warranty of merchantability, there are no warranties expressed or implied.
In'no event will the contractor be liable to the Government for consequential damages as defined in the Uniform Commercial Code, Section 2-715, in effect in the District of Columbia as of January 1,1973; i.e.:
Consequential damages resulting from the seller's breach include--
(a) Any loss resulting from general or particular requirements and needs of which the seller at the time of contracting had reason to know and which could not reasonably be prevented by cover or otherwise; and (b) Injury to person or property proximately resulting from any breach of warranty.
(End of clause)
1, -
c Page 35
., f ',
NRC-04-89-Ond S:cticn J-4
~
PART III - LIST OF 00CUMENTS, EXHIBITS AND OTHER ATTACHMENTS
~SECTION J.- LIST OF ATTACHMENTS J.1 ATTACHMENTS.(MAR:1987)
Attachment Number Title 1-
. Billing Instructions 2-NRC Contractor Organizational Conflicts of Interest (41'CFR Part 20)-
3 Risk Management Associates' proposal dated March 20,:1989 4
Risk Management Associates' revision dated
' dated August 14, 1989
l I
i i
APPENDIX B U.S. NUCLEAR REGULATORY COMMISSION SMALL BUSINESS INNOVATION RESEARCH PROGRAM (SBIR89)
PHASE I - FY 1989 PROJECT
SUMMARY
i FOR NRC USE ONLY j
Program Ottice 1TM Proposal No.
Topic No.
]
l 10 BE COMPLETED By PROPOSER l
Name ano Accress of Propose:
l Risk Management J.ssociatas, Inc.
2309 Diet: Farm Rd. NW l
Albuquerque, NM 67107 Name ano Title of Principal Investigator Peter P. Bieniar:
1 Title of Project l
I Microcomputer Based Parallel Processing System for Code Computations 1
Tecnnology, Researen Tnrust anc/or Potential Commercial Application (Limit to 8 worcs) i Davalops independence in T-H analyses f:cm mainframes l
Tecnnicai ADstract (Limit to 200 worcs) l i
The second pnase of this research program will supply four complete PCPPc enits to the USNRC togather with specific T-H and severe accident analyses
(
code ready for implementation and use by the USNRC staff. :n addition, input and output processor packages will be supplied for each T-E ans accident 7
code supplied with the machines. These processors will facilitate the input and output development and interpretation thus greatly improving analytical afficiency of the computations.
l 1
I I
4 J
l L
~
Anticipated ResuTts/ Implication of the Approacn (both Phase I anc !!/ Potential Consercial Application of Research i
The implementation of nase systems of hardware and software will allow i
the users to execute sophisticated T-H and severe accident codes on the microprocessor environment at a spead comparable to a mainf rama spaad (1/7 of the Cray). In addition ' soft
- coupling of codes by using tne parallel procassing capabilities of tha PCPPS will further improva running af ficiency of these I
cooas Futura applications of this system can positivaly affact a larga sactor 01 industrias, 'ch utilize mainframa computing for thair analytical affort.
f l
l l
D.
r 1
\\
Enclosure D-1 8Mb 25Mh motherboani
- $ 6050 l
25Mh:: 80387 and Weitek coprocessors
- $ 2245 l:
8Mb 25Mh secondary CPU with 68882 math co-processor - $10000 1.2 Mb and 1.44Mb floppy disk drives 200 300 Mb ESDI 16ms hard drive and controller
- $ 2100 16 bit VGA video card.
350 NEC Multisync II monitor
- 5 '700 40 Mb internal tape backup unit 400 Parallel and 2 serial I/O ports
- $ 150 Enhanced Keyboard 100 Power director and surge protector 150 Compiler, Loader and Debugger for 80387 and Weitek
- $ 1300 Compiler. Loader and Debugger for 68882 co-processor - $ 1000 j
DOS 3.3 100 Screen enhancement utility ( IMU )
100 i
Large rile editor, Multi-Edit 125 Iarallel Processing Environment Software included l
Code Conversion to PCPPS 1
800 man-hours @ $55 00 per hour
- $44000' i
j Input and Output Processor Driver Packages for each Code 300 man-hours @ $55.00 per hour
- $16500 Training Sessions for the four machines 160 man-hours @ $55.00 per hour
- $ 8800 Four trips to Washington DC to conduct the training
- $ 4200 i
i.
Other Miscellaneous Costs
- $ 1220 j
1 i
l l
1 1
1 l
l i
i l
I I
i I
I 1
i
e h
i
-)
I
.C. fjentification and Significance of the Problem l
t I
h e costs essociated with the execution of many large computer codes can be very high. These high costs often lead to the need to develop less sophisticated codes which result in " quick and dirty" results, which in l
turn are targets of severe criticism. In addition. many computer codes
' depend on the data generated by other computer codes for their inputs and
' therefore these must be rwa e a set. This, aiiktm-incream mainframe I
costs. The mainframe technology is not designed to process these i
applications in parallel, thus allowing a significant cost saving. If l
parallel execution is desired, then the programers must couple the codes j
together such that the two codes really become one.
4 Finally, the present day codes, because of the high interactive processing costs on a mainframe, are not set up to allow user friendly, interactive input and output' processing. Thus the preparation of an input can be a tedious and confusing job which may lead to errors, which in turn lead to many reruns of the code on the mainframe with large cost penalties.
)
D. Background. Technical Approach and Anticipated Benefits The developments in microcomputer technology in the recent past has made j
it possible to begin considering the possibility of porting large l
mainframe applications to the microcomputer environment. Specifically, l
this was made possible by the recent availability of high speed processors j
and compilers for_high speed processor applications. Thus, it bgcame l
possible to seriously consider the " porting" or transfer of large j
mainframe applications to the microcomputer with the idea of saving the i
costs of mainframe execution, which in many cases are extremely high.
In addition, the existing technology allows the development of a microcomputer based m tm Adch, in effm.L, is a paraliel r sor and thus allows for the execution of two or more applications at once with data consnunication between them. This capability is not currently l
supported by mainframes.
The system developed as part of PHASE I project, called the pC-based Parallel Processing System, (PCPPS), clearly demonstrated the technical feasibility of parallel processing of large computer codes on a microcomputer system containing two CPU's which work in parallel. In
-addition, PHASE I work demonstrated the feasibility of developing a user friendly interface for input and output processing of these large codes.
The codes used for the demonstration purposes were the main elements of the STCP, i.e. MARCH 3 and TRAPMELT3 codes. Other codes which were " ported" to the PCPPS and delivered during PHASE I include the BWRSAR, RELAPS/ MOD 2, CONTAIN 1.1 and COROON 2.4
l 9
The research program proposed as part of PHASE II has as its objective the procurement and implementation four PCPPS systems, each designed for a specific purpose within the USNRC. Each system will contain aside from the basic utility software specific software designed for maximum usefulness within each branch. Specifically, the following machines and the software are proposed.
BRANCH /DIV 1.
DCl.V MEIIDR MAACS RELW5/ MOD 3 ORIGEN2 FRAFT-6 FRAPCDN MATPRO 2.
AEB/DSR CONTAIN 1.1 BWk -H CCRCDN 2.4 RELAPS/ MOD 3 VICIDRIA MELOOR MAACS i
TRENDS ORIGEN2 3.
RPSIB/DSIR RELAP5/ MOD 3 CRAC2 M* ".CS ORIGFN2 i
NPA I
4.
PRAB/DSR MEILOR MAACS CONTAIN 1.1 BWRSAR 1
For each of the above codes, an input pre-processor and output post-processor will be also installed and the users will be trained in their use. The training session will, as with the demonstration unit during PHASE I, also include training in the understanding of the macnine and the other utility programs supplied with the machine.
)
If the funds permit at the end of the installation of the above codes l
other codes sucn as TRAC /DWR, TRAC /PWR rad MELPRCG will also be installed I
on the machines.
p1.
g V
.. =
l-The specific hardware supplied with each unit will include the following:
SHb 25Mhz motherbond with 25Mh: 80387 and Weitek coprocessors
'8Mb 25Mh: secondary CPU with 68882 math co-processor 1.2 Mb and 1.44Mb floppy disk drives 300 Mb ESDI'13ms hard drive and controller
- 16. bit VGA video card NEr Multisync II moniter 40 Mb internal tape backup unit Extra serial port Enhanced Keyboard Power director and surge protector Compiler, Loader and Debugger for 80387 and Weitek Compiler, Loader and Debugger for 68882 cc-processor DOS 3.3 Screen enhancement utility ( DfU )
Large file editor, Multi-Edit Parallel Processing Environment Software Input Pre-Processor Driver Package l
Output Post-Processor Driver Pa kage The anticipated benefits of this research program are many. Certainly the l
cost savings in annual computer budgets in the industry.is one of the benefits. Also important is the fact that the ability to execute the programs without computer costs constraints will open up possibilities in the performance of numerous analyses using more detailed codes rather than having to relay.on " quick and dirty" analyses to perform sensitivity t
analyses as in the past. Furthemore, this system has application possibilities in any industry which utilizes mainframe computing. The use l
i of this system for the performance of preliminary calculations and sensitivity analyses can result in the savings of millions of dollars in j
many sectors of the industry.
j E. phase II Technical Ob.iectives The specific objectives of the second phase of the research program are:
Supply to the UShBC four microcomputers capable of executing large Fortran applications simultaneously or in a parallel mode.
l Set up a series of computer codes designed to provide independent computing capabilities within the UShBC.
I Develop user input and output interfaces for the above coces.
j Conduct a training program at the USNRC to familiarize j
the users of the machines with the equipment, the software j
and the simultaneous and parallel processing environment.
4, y
,F. Phase II Work Plan _
he objectives delineated'above will be accomplished by the work plan.
described below:
Task 1. - Develop ~and Deliver the PCPPS Units p
This ' task will consist of the premt of necessary parts for the construction of. the microcomputers as described above wnich meet the objectives'specified above. The specific configuration and hardware was
.already. developed by RMA and demonstrated during PHASE I to confirm that E
~
parallel processing.is indeed possible on the machines.
p Task 2. - Set up the Fortran Application Codes'.
F
- his task will set up the Fortran codes listed in Section D above on the machines as: specified in such manner that the users can i=nariiately corsnence executing applications simultaneously or in parallel.
Task 3. - Deve' lop Input a'nd Output Interfaces
- Develop input' and output' interfaces which will facilitate' input processing for these codes and allow for stra==linad output processing and interpretation. The input and output processing will be based on the input and output processing package developed as part of the PHASE I work. The input processor for each code will lead the user through an updating process of a default input deck, (at least on default deck per code will be supplied), by interactive connunication with the user. he values entered by the user will be censwrdto-x: predefined; reasonable range such that unreasonable input will be immearately connunicated to the user. his input preprocessor will eliminate the need to interpret user manuals by c.ssentially progra-ing the user manual into the interface.
The output processor will consist of the development of a plotting package which will' allow the user to examine certain parameters of interest during the course of the execution of the program. This will allow the user to terminate the execution if certAin parameters being plotted do not appear reasonable. Furthemore, a specialized editor program will be developed
- which will allow the user to quickly display on the screen'a part of the L
hard output of interest to the user.
. Task 4. - Conduct Detailed Training Programs
. Experience with PHASE I indicates that there is a great need to conauct a L
detailed training program in the use of the supplied hardware software prior to the users being able to gain all the benefits offered by this cystem. A detailed training program which covers the details of PCPPS hardware and its system implementation will be_ ~~ Mad at 3RC olYices.
In addition, training in the use of the utility software supplied with the l
PCPPS and the interpretation of the parallel processing environment will also be provided.
G. P_hase II Statement of Work
- 1. Project Objective 1he specific objectives of the second phase of the research program are:
Supply to the USNRC four microcomputers capable of executing large Fortran applications simultaneously or in a parallel mode.
Set up a series of computer codes designed to provide independent computing capabilities within the UShE.
Develop user input and output interfaces for the above codes.
Conduct a training program at the USNRC to familiarize the users of the macnines with the equipment, the software and the simultaneous and parallel processing environment.
- 2. Scope of Work Task 1. - Develop and Deliver the PCPPS Units Task 2. - Set up the Fortran Application Codes Task 3. - Develop Input and Output Interfaces
. Task 4. - Conduct Detailed Training Programs
- 3. Perfomance Schedule The perfomance schedule will be based on a per machine basis. The reader is referred Section D for a listing of 4.hc specific machines and the divisions targeted for their use. The proposed perfomance schedule is therefore as shown below:
Macnine 1;DSIR/ - delivered four weeks after start of work.
Machine 1; Task 2 - completed four months after start of work.
Machine 1; Task 3 - completed six months after start of work.
Machine 1; Task 4 - completed six months after start of work.
Machine 2;AED/DSR - delivered seven months after start of work.
Machine 2; Task 2.
- completed nine months after start of work.
Machine 2; Task 3 - completed eleven months after start of work.
Machine 2; Task 4 - completed eleven months after start of work.
Machine 3;RPSIB/DSIR - delivered twelve months after start of work.
Machine 3; Task 2
- completed seventeen months after start of work.
Machine 3; Task 3 - completed nineteen months after start of work.
Machine 3; Task 4 - completed nineteen months after start of work.
Machine 4;PRAB/DSR - delivered twenty months after start of work.
Machine 4; Task 2
- completed twenty-one months after start of work.
Machine 4; Task 3 - completed twenty-two months after start of work.
Machine 4; Task 4 - completed twenty-two months after start of work.
l l
l i
i
___y
.4 4
j 4',
- 4. Deliverable l'Ihe deliverable will consist of four microcomputers complete with the large Fortran applicatierr specified in Section D compiled and readily
- executable and all other software necessary for the execution of the programs simultaneously or in parallel mode.
In addition, all the software necessary to utilize the input and output processors will also be delivered. Finally. four training sessions, one for each machine will be conducted.
H. Facilities /Eauiument All the necessary. equipment to perfom Phase I work is at RMA offices and no additional equipment needs to be purchased other than that already epecified and which will form the deliverable.
I. Consultants During Phase I work it is anticipated that no outside consultants will be involved'in the research program.
-J. Related Work RMA Inc. has successfully performed PHASE I work. Presently, the following codes execute successfully on the PCFPS microcomputer:
S'IUP, 00NTALN 1.1, BWRSAR, BWRI.TAS, APRIL, MARG /RMA, MCT3, CORCON, CDRCON/VANESA. RMA is very familiar with these codes and is uniquely qualified to perfom this research. In the past RMA has exanuned a large number of hartiware and roftware configurations, including operating systene and microcomputer Fortran compilers and we feel well qualified to extend this knowledge to the proposed research program. In addition RMA has an excellent knowledge of mainframe systems including vector processirJg machines such as CRAY and CYBER-205 units. RMA has been involved in both PRA and Severe Accident analyses fields with specific projects as shown below:
- 1. Oysier Creek Probabilistic Risk Assessment - responsible for all' s
technical aspects of the PRA. Developed all plant accident sequence event trees: developed seismic probabilistic analyses techniques: performed accident quantifications.
- 2. Yankee Rowe Probabilistic Safety Study - responsible for the overall management of the study. Particular technical responsibility included the development of the overall methodology, the development of the plant accident sequences and the analysis of the core degradation phenomena.
- 3. Seabrook Probabilistic Safety Study - responsible for the development of the Seabrook external events analysis methodology.
- 4. Suso* h Prebabilistic Risk Assessment - responsible for the overall review of the human factors methodology used in the PRA.
- 5. Rirshals 2 Probabilistic Safety Study - performed an overall detailed review of the PRA.
- 6. Threa Mile Island 1 PRA - mettber of the Technical Review Board whose function is to assure the technical adequacy of the PRA.
- 7. La Garuna PP.A - memoer of the Technical Review Board whose function is to assure the technical adequacy of the study.
- 8. Numerous short term reliability studies including HPCI/RCIC system reliability, probabilistic fire effects analyses and other similar studies.
(
i
Severe Accident Analyses l'. TMI-2 Core Degradation Assessment - involved in the assessment of.the' degradation extent of the TMI-2 core for NSAC and for Sandia National Laboratoricsm part of the Rogevin Study review.
- 2. Yankee Rowe PRA - performed all the degraded core analyses including containment analyses.
- 3. Seabrook PRA - conducted a complete review of the degraded core and containment integrity analyses. Work included independent calculations.
- 4. Midland PRA - developed and implemented methodology to cxpress uncertainty in source tems used in PRA's
- 5. New York Power Authority - performed complete degraded core analyses and fission product release and retention analyses for Indian Point 3. Work has been highly acclaimed by the NRC, American Physical Society and the Advisory Conunittee on Reactor Safeguards.
- 6. Shoreham Nuclear Station - performed complete degraded core analyses followed by detailed analyses of the fission product behavior and retention. Work will be published shortly.
- 7. New Yerk Power Authority /EPRI - performing analyses cimilar to those for Shoreham for the Fitzpatrick Nuclear Station under sponsorship of hTPA and EPRI.
- 8. Sandia National Laboratorz - perfortned degraded core and fission product analyses for the Bellefonte Nuclear Station cimilar to those for Indian Point 3 in support of the SASA program.
- 9. Stone and Webster Engineering Corp. - perfomed an in-depth evaluation of the NRC computational methods as applied to the NL7ED-1150 analyses. Calculations of Peach Bottom and Surry plants were performed.
- 10. Emmre Sta3_e Electric Research Corp. - participating in a comparison of Severe Accident Analyses codes. RMA codes are being compareo to MAAP3, and Oak Ridge's BWR-LTAS and the APRIL codes.
- 11. New York Power Authority - participating in a code validation effort, of the RMA code suite, through comparison to experiments, LACE test.
O s
- 12. Yankee Atomic Electric Comparr?
perfomed containment
-integrity analyses using RMA Source Term Code Package for several accident sequences for Vemont Yankee. The analyses served as technical backup to discussions with NRC and state of Vermont on the integrity question of the VY Hark I contaircent.
- 13. New York Power Authority - completed detailed analyses of the Peach Bottom plant for the purpose of comparing the SICP calculations to more realistic analyses. This work resulted in the generation of very detailed coments on NURED-1150 to be
- submitted to the NRC shortly.
- 14. Empire State Electric Research Corp. - Presently conducting detailed analyses of a BWR plant used in code comparison in item 10 above, utilizing NRC's SIUP. A comparison of the SICP to the other codes in the comparison will be produced.
K. Key Personnel Mr. Peter P. Bieniarz is proposed as the key investigator for Phase I work. Mr. Bieniarz has been successful in porting the codes mentioned previously onto the microcomputer and has been instrumental in the development of the micIoc -i,ater to be used in the performance of this project. Mr. Bieniarr's resume is presented below.
PEIER P. BIENIARZ DETAILS OF CAREER:
Over seventeen years of experience in nuclear safety analyses, licensing activities and probabilistic risk u d decision analyses of nuclear and conventional power plant designs and systems.
Established Risk Management Associates, a consultir4 firm whose basic activities include project management, code development, safety and probabilistic analyses and licensing reviews. Specific cxperience includes:
' Served en the expert panels for the re-analysis of NUREU-1150, in the areas of in-vessel behavior of melting cores ano fission product behavior issues.
Performec numerous analyses of the behavior of fission f
products in reactor systems, both BWR and PWR, as well as in containments. In conjunction with this work, acquired l
thorough familiarity with codes such as Source Term Code l
Package, NAUA-4, CORCCryMOD2, VANESA and others. Developed numerous state-of-the-srt improvements to thermal-hydraulic as well as source term codes.
1
Made numerous presentations of the source term work to distinguished groups such as the American Physical Society working group, IDCOR Steering Group, ACRS and ANS.
Member of the Technical Review Board for the DiI-1 PRA with specific responsibilities for the review of the overall PRA procedures.
Consulted on several Pro'abilistic Risk Assessments among o
them Susquahanna, Seabrook and Midland PRA's, in the areas of external event risk evaluation, systems interactions, fission product source terms, and severe accident evaluations.
Overall responsibility for the all technical, managerial and business activitics of the Albuquerque Office of Energy Incorporated. Main areas of responsibility included the overall direction of a complete probabilistic risk assessment of Yankee Rowe Atomic Plant, a PWR, and numerous other applications of rid e==e=mant t achni<ria= and =avare accident analyses.
Technical management of a PRA staff. Technical work emphasis on severe accident analyses including thorough familiarity with codes such as MARCH, CDRRAL II and CDRCON. In addition, developed significant improvements to these codes.
Responsible for the perfor=ance of several risk assessment studies including NIVS evaluation at Millstone 1, HPCI/RCIC reliability evaluation at Fermi 2, Appendix R (fire analyses) of Connecticut Yankee, Millstone 1, Millstone 2, and Indian Point 3, as wel] ar. a caplete scven m ident analysis of Yankee Rowe.
Responsible for the technical aspects of a probabilistic risk assessment of a BWR. Developed new techniques in the form of computer codes for handling and quantifying large event trees.
Developec first generatien of computer codes for the probabilistic treatment of seismic events in the risk quantification of core melt; designed a technique for analyzing the effects on a plant of fire, sabotage, flood or other plant-wide events; in conjunction with this work, consulted to a major subcontractor to Lawrence Livermore Laboratcry on the Seismic Reactor Safety Margins Project, and to UCLA in the treatment of fires in a nuclear plant.
Consulted to NSAC in the assessment of the hydrogen evolution at 'IMI-2. Performed analyses to quantify the extent of core degradation at TMI-2.
1 4
a.
Involved in the performnce of DfI-2 core damage evaluation for the Rogovin Study Review Group assembled at Sandia National Laboratory.
Responsible for the provision of consulting services to utilities in the area of reactor licensing aid safety analyses. Projects included the handling of all licensing affairs incimhng the preparation and filing of licensing documents. Performed assessments of the licensibility of several existing federal facilities, including EBR-II, including analyses to detemine conformance to 10CFR20, 10CFR50. and 10CFR100.
Manager of Licensing for a utility company. responsibilities included all activities leading to and including the preparation of the PSAR, the filing and its docketing, and all subsequent interaction with the USNRC.
l P.P Bieniarz, Source Term Safety Assessment. Indian Point 3 i
Nuclear Power Plant, Risk Management Associates and New York Power Authority, Volume 1 and 2, July 10, 1984.
P.P. Bieniar: and R. E. Deem, et. al., " Source Term Safety
- FAssessment of Radionuclides Releases under Severe Accident Conditions at Indian Point 3 Nuclear Power Plant", ANS Topical I
Meeting on Fission Product Behavior and Source Term Research,
)
July 15-19, 1984, Snowbird, Utah.
P.P. Bieniarz, " Analysis of Shoreham and Incian Point 3 Nuclear Stations Utilizing MARCH 2.0+, M-C-T and MATADOR II", Submitted to I
Dnpire State Electric Energy Research Institute, March, 1985.
l t
P.P. Bieniar: and R.E. Deem, "An Analysis of a BWR MKI Utilizing Advanced BMI-2104 Computational Techniques to Calculate Source Terms" International Atomic Energy Agency Symposium on Source l
Term Evaluation for Accident Conditions, October 31, 1985.
D.A. Powers and P.P. Bieniarz, " Influence of Chemical Form on Cesium Revaporization from the Reactor Coolant System",
Proceedings of the Symposium en Chemical Fuenomena Associated j
with Radioactivity Releases During Severe Nuclear Plant i
Accidents, September 9-12., 1986.
l R.D. Gasser, P.P. Bieniarz, J. A. Tills, Analysis of Station Blackout Accidents for the Bellefonte Pressurized Water Reactor",
J NUREIUCR-4563.
1 P.P. Bieniarz, R.E. Deem, " Source Term Analysis of Peach Bottom l
Atomic Power Station (Unit 2)", Draf t October 1,1987.
l l
..f-a _,l$'
+;
r (L.' Potential Post' Applications 73e potential for the= application of the system developed by this (research program is great. Any industry which relies heavily on the (mainframe computing' for its aralytical.needs will benefit from this
' research.. The, potential savings offered by this system are
-:l impressive. :
p M.^ Current iM pending Support L;
.Not Applicable.
lN. Preexisting' Relevant Patents and Inventions
- h e hardware configuration offered as part of this research has been developed by RMA funding. No patents or applications for the hardware exist.
g_
- O..Bladgef,,_
.See attached Appendix.D. Contract Pricing Proposal Cover Sheet.
"P.
Information on Applicant's Current Research Connitments RMA is currently engaged in internal research and development of the system as described in the proposal. However, consulting on an as needed basis to New York Power Authority is currently another activity performed by RMA.
'Q. Curriculta Vitae Mr. - Bieniar:'s curriculum vitae is provided in Section K of this proposal.
.e
_ _. _ _ _ _