ML22005A085

From kanterella
Jump to navigation Jump to search
NRC-2021-000217 - Resp 2 - Final, Agency Records Subject to the Records Are Enclosed, Part 3 of 3
ML22005A085
Person / Time
Issue date: 01/03/2022
From:
NRC/OCIO
To:
Shared Package
ML22005A081 List:
References
FOIA, NRC-2021-000217
Download: ML22005A085 (26)


Text

ORDER FOR SUPPLIES OR SERVICES I PAGE OF PAGES IMPORTANT: Mark all packages and papers w ith contract a nd/or order numbers. I 1 I 2 1, DATE OF ORDER 2. CONTRACT NO.

31310020D0 0 grari 6. SHIP TO:

a. NAME OF CONSIGNEE 08/03/2020
3. ORDER NO. 14. REQU ISITION/REFERENCE NO.

NUCLEAR REGULATORY COMMISSION 31310020F0096 RES-20-0 123

5. ISSUING OFFICE (Address correspondence lo) b. STREET ADDRESS US NRC - HQ NUCLEAR REGULATORY COMMISSION ACQUISIT I ON MANAGEMENT DIVISION MAIL STOP TWFN- 07B20M WASHINGTON DC 20555-0001
c. CITY I d. STATE I e. ZIP CODE WASHINGTON DC 20555-0001
7. TO: f. SHIP VIA
a. NAME OF CONTRACTOR INFORMAT I ON SYSTEMS LABORATORIES INC 8. TYPE OF ORDER
b. COMPANY NAME
a. PURCHASE Kl b. DELIVERY
c. STREET ADDRESS REFERENCE YOUR 8130 BOONE BLVD STE 500 E*cept for billing Instructions on the reverse, this delivery order is subject to lnstructlons contained on this side only of this form and is Please furnish the following on the terms Issued subjecl l o the terms and and conditions specified on both sides of conditions of the above-numbered
d. CITY 1 e, STATE I r. ZIP CODE lhls order and on the attached sheel, If conlracl.

VIENNA VA 221827745 anv. includlno delivery as indicated.

9. ACCOUNTING AND APPROPRIATION DATA 10. REQUISITIONING OFFICE See Schedule OFF OF NUCLEAR REG RESEARCH
11. BUSINESS CLASSIFICATION /Check appropriate box/es)) 12. F.O.B. POINT X a. SMA LL 7 b. OTHER THAN SMALL c. DISADVANTAGED d. WOMEN-OWNED a. HUBZona
f. SERVICE-DISABLED VETERAN-OWNED
g. WOMEN-OWNED SMALL BUSINESS (WOSB)

ELIGIBLE UNDER THE WOSB PROGRAM I h. EDWO SB

13. PLACE OF 14. GOVERNMENT BIL NO. 15. DELIVER TO F.O.B. POINT 16. DISCOUNT TERMS ON OR BEFORE /Dale)
a. INSPECTION Ib. ACCEPTANCE Destination Destination 30
17. SCHEDULE /See reverse for Rejections)

QUANTITY UNIT QUANTITY ITEM NO. SUPPLIES OR SERV ICES ORDERED U NIT PRICE A MOUNT ACCEPTED (a) (b) (c) (d) (el (f) (g)

This Task Order is a place holder for t he

$10 , 000 minimum guarantee . This Task Order will be used as t he first Task Order that is awarded t o your organi zation .

Accounting Info :

2020 - C0200- FEEBASED 60D003 - 1032 6- 154-Continued .. .

18. SHIPPING POINT 19. GROSS SHIPPING WEIGHT 20. IN VOICE NO. 17(h)

TOTAL (Cont.

pages)

21. MAIL INVOICE TO:

SEE BILLING INSTRUCTIONS

a. NAME
b. STREET ADDRESS

$0 . 00 ON REVERSE (or P.O. Box) 17(1)

GRAND TOTAL

c. CITY e. ZIPc.uDE

$10 , 000 . 00 I.STATE

22. UNITED STATES OF 23. NAME (Typed) 08/03/2020 AMERICA BY (Signature) JEFFREY R. MITCHELL

~ ~ TITLE: CONTRACTING/ORDERING OFFICER AUTHORIZED FOR LOCAL REPRODUCTION OPTIONAL FORM 347 (Re,. 2/2012)

PREVIOUS EDITION NOT USABLE P1e&erl>ed t,y GSAl'FA.R 48 CFR 53 213(f)

ORDER FOR SUPPLIES OR SERVICES PAGE NO SCHEDULE - CONTINUATION 2 IMPORTANT : Mark all oackaaes and oaoers with contract and or order numbers.

DATE OF ORDER !CONTRACT NO. I ORDER NO.

08/03/2020 31310020D0004 31310020F0096 ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT AMOUNT QUANTITY ORDERED PRICE ACCEPTED (a) (b) (c) (d) (e) (f) (g) 255A- ll 15 4- 1032 Period of Performa nce : 08/01/2020 to 07/31/2025 TOTAL CARRIED FORWARD TO 1ST PAGE !ITEM 17(Hl! _> $0.00 AUTHORIZED FOR LOCAL REPODUCTION OPTIONAL FORM 348 JRe,. 4/20061 PREVIOUS EDITION NOT USABLE PrtaMbed by GSA FAR (43 CFR) 153 213!1)

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

11. CONTRACT ID CODE IPAGE OF PAGES 1 I 20
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/ PURCHASE REQ. NO. 15. PROJECT NO. /If appllcabla)

POOOOl See Block 16C RES-2 1-00 68

6. ISSUED BY CODE NRCHQ 7. ADMINISTERED BY (If other than Item 6) CODE I US NRC - HQ ACQUI SITION MANAGEMENT DI VIS ION MAIL STOP TWFN- 07B20M WASHI NGTON DC 20555-0001
8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county, State and ZIP Code) 9A. AMENDMENT OF SOLICITATION NO.

12 I NFORMATI ON SYSTEMS LABORATORIES INC 8 130 BOONE BLVD STE 500 9B. DATED /SEE ITEM 11)

V IENNA VA 221 8277 45 10A. MODIFICATION OF CONTRACT/ORDER NO.

X 31310020 D000 4 31310020 F00 96 108. DATED /SEE ITEM 13)

CODE 9607561 38 FACILITY CODE 08/03 / 2020

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicltatlon Is amended as set forth In Item 14. The hour and date specified for receipt of Offers ~ is extended. is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning ____ copies of the amendment; (b) By act<.nowledglng receipt or this amendment on each copy or the offer submitted ; or <c ) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTINGANDAPPROPRIATION DATA(lfrequlred) Net I nc rea se : $200 , 000 . OO See Schedul e
13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A . THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B . THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14 , PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

C . THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D . OTHER (Specify type of modification end authority)

X Bilateral : Accept ance of Tas k Order 31310 020F0 096 E. IMPORTANT: Contractor 1:J is not. ~ is required to sign this document and return _ _ _ _ _ _1 __ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organizad by UCF section haadlngs, including sollcitallon/contracf subject matter where feasible.)

The purpose of t his modification is ut il ize t he minimum guarantee and award the f irst tas k order to Information Sys tems La boratories , Inc .

The NRC hereby awa r ds t as k order 31310 020D0004 / 31310020 F0 096 e ntit led FAST Code I mprovement and Fe ature Extens ion .

Tota l Obl i g a ted Amount : $21 0 , 000 . 0 0 Total Cont ract Ceiling : $303 , 813 . 90 Period of Performance : 01 / 28/2021 to 03/31 /2022 Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND T ITLE OF CONTRACTING OFFICER {Type or print)

JEFFREY R. MI TCHELL TEL : 30 1-415-5074 EMAIL : Jeffrey . Mitchell@nrc . gov 15B. CONTRACT OR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

~ ~ -,,...

= ~-,:;r--:;--,r--.,,,..,,._

0 1 /27 /2 021 (SJ9no1ure of person authorized ro sign) (Stgnaturo of Contractlllfl Officer)

NSN 7540-0 1-152-8070 STANDARD FORM 30 (REV. 10-83)

Previous edition unusable Prescribed by GSA FAR (48 CFR) 53.243

31310020D0004/31310020F0096 B - Supplies or Services/Prices B.1 BRIEF PROJECT TITLE AND WORK DESCRIPTION (a) The title of this project is: FAST Code Improvement and Feature Extension (b) Summary work description: The objective of this acquisition is to obtain modifications to the FAST source code to expand its capability in solving the major physics associated with thermal-mechanical fuel performance, and to ensure the code remains state-of-the-practice in terms of software development practices, code modernization and code functionality.

B.2 CONSIDERATION AND OBLIGATION-TIME-AND-MATERIALS CONTRACT (a) The ceiling price to the Government for full performance under this contract is

$303,813.90.

(b)(4)

(b) The contraefincludes: (1) direct labor hours at specified fixed hourly rates, inclusive of wages. fringe, overhead, general and administrative expenses, and profit, totaling I ' !and(2)costoftraveltotalinal ---.. t. . . .(p)(4)

(c) The amount presently obligated by the Government with respect to this contract is

$210,000.00.

(d) It is estimated that the amount currently obligated will cover performance through July 2021 .

(e) This is an incrementally-funded contract and FAR 52.232 "Limitation of Funds" applies.

B.3 PRICE/COST SCH EDU LE BASE CLIN DESCRIPTION EST. UNIT FIXED UNIT FIXED UNIT TOTAL QTY. PRICE FY21 PRICE FY22 ESTIAMTED

[January 28, [October 1, AMOUNT 2021 -Sept 2021 - (hours x 30, 2021] March 31, blended 20221 rate)

(b)(4) 0001a

...... , Project Manager I

Subject Matter 163 499 Hour 0002a Hour (b)(4) ..................................... , Expert 1 I

(b)(4) 0002b Subject Matter 386 Hour (b)(4) . . .Expert2I I ...

0003a Sr. Technical 122 Hour Reviewer 1 (b)(4) .L ... I Page 2

31310020D0004/31310020F0096 0003b Sr. Technical 243 Hour Reviewer 2 (b)(4) 0004a I .......

Admin Support I

32 Hour (b )(4) - -

and Tech Editing (b)(4) 0004b 1 1*****' ......

Admin Support and Tech Editing I

126 Hour - (b)(4)

(b)(4) . 2l I -

0005a Travel 1 LOT NTE NTE 0005b G&A on Travel

  • 1 LOT NTE NTE TOTAL ESTIMATED PRICE FOR BASE YEAR $303,813.90
  • G&A rate is the approved provisional/final rate identifiied under G.5 2052.216-71 INDIRECT COST RATES . (JAN 1993) of Contract Number 31310020D0004.

Optional Task 3 CLIN DESCRIPTION EST. UNIT FIXED UNIT FIXED UNIT TOTAL QTY. PRICE FY21 PRICE FY22 ESTIAMTED

[January 28, [October 1, AMOUNT 2021 - Sept 2021 - {hours x 30, 2021) March 31 , blended 20221 rate\

1001a Proiect Manager 60 Hour (b)(4) ......,........................... ..,, ......... l ********** I -

2002a Subject Matter 120 Hour Expert 1 (b)(4) .............. .............,,..,,.,,,.,,..,,,,........., ,....................... I -

2002b Subject Matter 120 Hour (b)(4) .... Expert2l *

  • I -

3003a Sr. Technical 20 Hour Reviewer 1 (b)(4)

(b)(4) . ...........

, I 3003b Sr. Technical 100 Hour Reviewer 2 (b)(4) .........,,*.... **** l I -

4004a Admin Support 12 Hour and Tech Editing (b)(4) . t , . . . ..... ..... . I 4004b Admin Support 48 Hour and Tech Editing (b)(4) .... 2, . .. . . I TOTAL ESTIMATED PRICE FOR BASE YEAR $89,635.41 TOTAL ESTIMATED PRICE-BASE TASKS $303,813.90 TOTAL ESTIAMTED PRICE -OPTIONAL TASK 3 $89,635.41 TOTAL ESTIMATED PRICE- INCLUSIVE OF ALL OPTIONS $393,449.31 Page 3

31310020D0004/31310020F0096 C - Description/Specifications C.1 STATEMENT OF WORK

1. PROJECT TITLE FAST Code Improvement and Feature Extension
2. BACKGROUND Recently, the U.S. Nuclear Regulatory Commission (NRC) has sponsored the modernization of its fuel performance codes FRAPCON [3] and FRAPTRAN [4] to use state-of-the-practice Fortran programming practices, culminating in the release of the Fuel Analysis under Steady-state and Transients (FAST) computer code [1 , 2] that combines the functions of the FRAP codes. The FAST code assesses the behavior of nuclear fuel under steady-state and transient scenarios. This code is used by the following NRC offices: Office of Nuclear Regulatory Research (RES), Office of Nuclear Reactor Regulation (NRR), and Office of Nuclear Material Safety and Safeguards (NMSS), as well as by numerous governmental, commercial and academic institutions around the world for the analysis of nuclear fuel behavior.

The merger of the FRAPCON and FRAPTRAN codes to create FAST included many improvements to modernize the Fortran source code. This introduced many object-oriented programming practices, including the use of modules and submodules, object polymorphism, and type extension and inheritance. However, additional work is needed to introduce modern Fortran best practices in the code. In particular, the FAST Material Properties Library (Matlib) [2]

could be improved in terms of code performance and its ease of maintenance.

FAST - as well as its predecessor codes FRAPCON and FRAPTRAN - solves the governing thermal and mechanical partial differential equations (PDEs) for cylindrical geometries. The code uses a "1.5-dimensional" approach, where the fuel rod is divided into several axial segments and the governing equations are solved in the radial direction for each axial segment. The axial segments are fairly large (on the order of tens of centimeters), which is sufficient for most cases. However, in some situations steep axial temperature gradients are expected, so work is needed to fine-tune the axial nodalization during a simulation to better model the fuel behavior.

FAST often relies on information from other computer codes to provide various boundary conditions, including coolant temperature, pressure, and mass flow rate, as well as the rod power and axial power shape. Typically, a user provides these boundary conditions as input to FAST. However, this approach does not capture feedback between the fuel rod thermal-mechanical behavior calculated by FAST and thermal-fluid and rod power behavior for which other computer codes are needed. To better capture this feedback, NRC and its contractors have made modifications to the FAST source code to allow it to run simultaneously with the TRAC/RELAP Advanced Computational Engine (TRACE) in a coupled multiphysics simulation. This initial effort only allows a user to simulate one FAST fuel rod ; further work is needed to extend this capability to multiple rods to perform a coupled FAST-TRACE simulation of a full reactor core. Work is also needed to capture reactor power feedback based on fuel temperatures calculated by FAST and neutronic behavior calculated by TRACE and the Purdue Advanced Reactor Core Simulator (PARCS).

3. PROJECT DESRIPTION AND OBJECTIVE(S)

The objective of this acquisition is to obtain modifications to the FAST source code to expand its capability in solving the major physics associated with thermal-mechanical fuel performance, and to ensure the code remains state-of-the-practice in terms of software development practices, code modernization and code functionality.

New code requirements:

Page 4

31310020D0004/31310020F0096

  • Be able to compile and run on Windows, Mac OS and Linux-based (CentOS, Ubuntu) operating systems
  • Be able to be compiled using Intel Parallel Studio 2019 (or earlier) and gcc/gfortran-8.0
  • Be able to be compiled into a Visual Studio 2019 solution file
  • Be able to be freely distributed to the FAST user group members without any restrictions
  • Be written in modern fortran (Conform to 2018 standard)
  • Be written with full test coverage (unit and integration)
  • Conform to FAST's Quality Assurance requirements There is no restriction to using open-source solvers as long as the open source code can be freely distributed by NRC to the FAST domestic and international User Group and meets the requirements of Section 10. The improvements made to FAST under this contract will be used to ensure that the existing and emerging needs of the NRC are met.
4. STATEMENT OF WORK TASKS The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW). For all tasks that include modifications to the FAST (or Matlib) source code, the contractor shall provide the following:
  • Updated FAST source code, tracked via the Git version control system, and verified using the Github Actions continuous integration workflow in the FAST repository; source must be well commented
  • Updated FAST Code Description and Matlib documentation to describe new physics, functionality, formatting, etc. to be used by FAST's code users; the Code Description and Matlib documents are created from LaTeX files and a Python script that are included in the Github repository for FAST
  • Updated FAST developer documentation describing the functionality and details into how it was implemented /

how it can be updated in the future

  • Test cases that show the functionality of the new code (this is in addition to the required unit & integration tests per FAST's QA procedures as mentioned in Section 3)

Task 1 - Participation in Project Kick-off Meeting The work requested compliments work performed by NRC staff as well as work performed under contract with Pacific Northwest National Laboratory, Idaho National Laboratory and Information System Laboratories. A project kick-off meeting will be organized by the COR to bring all stakeholders together for introductions and a discussion of the roles, responsibilities and schedules for the work planned for each entity. The contractor shall prepare a draft Task Order Project Plan, which includes dates, POCs and deliverables for each requested task for presentation at the Kick-off meeting. The Kick-Off meeting will be conducted virtually within 30 days of the award. A final Task Order Project Plan, incorporating discussions and decisions of the Kick-off meeting, shall be provided within 14 days of the Kick-off meeting.

Task 2 - Develop 1D axial grid refinement for existing 1.5D solvers There are certain scenarios where the grid in a FAST calculation will need to change as a result of rapid and localized changes in the physics. One such example is during a core reflood, where the fuel rod will go from a state of nearly adiabatic heat-up to being quenched by water. In these scenarios, it is common for there to be significant (several hundred degree) axial temperature differences over very small distances, with very different clad-to-coolant heat transfer regimes. One approach to analyzing this is by using sma ller grids during these scenarios and larger grids at other times to reduce the computational burden of not always acting on the small grid.

The current 1.5D cylindrical representation in FAST uses a static grid for the simulation. The contractor shall develop the ability for the fuel rod to allow the grid to be refined during the calculation as required by significant axial temperature or heat transfer gradients. This involves reallocating the arrays and other data structures that contain the state of the fuel rod as a function of axial elevation to increase array size and to initialize the arrays with the appropriate information based on the current state of the simulation. Renodalization shall be triggered when a user-Page 5

31310020D0004/31310020F0096 specified axial temperature gradient is exceeded at any point during a simulation. The COR will provide guidance regarding an appropriate thermal gradient to use in test cases.

The contractor shall update the FAST source code to implement this feature, update the Code Description document (1) with the new format requirements, provide a test problem that uses this capability, and update the development documentation to allow for future NRC developer updates.

Task 3 - Develop the ability for FAST to back up to a previous time step [OPTIONAL]

FAST has the ability to write out a text file that can be used to restart a calculation. However, there are situations where the code can run into numerical problems during a simulation that could be resolved by backing up to an earlier time step and continuing the simulation using a reduced time step size, without stopping code execution.

To deal with these situations, the contractor shall implement the ability for FAST to store the state of a fuel rod for several previous timesteps in memory and to allow the code to back up to an earlier time step when code convergence errors occur. The contractor shall demonstrate the capability to back up and restart from a previous time step saved in memory by writing verification tests that demonstrate the following:

  • One test shall back a simulation up one time step and resume the calculation from that point, using the same time step size. If all simulation variables from the previous time step are stored correctly, the code results from before and after the time step backup should be the same.
  • A second test shall demonstrate the capability to back up to a previous time step and reduce the time step size when the code fails to converge. The COR will provide the contractor with an input file that fails due to convergence issues to demonstrate this capability.

Task 4- Update Matlib The contractor shall update Matlib (the material library used by FAST) (2) to ensure it is both operating efficiently (in terms of memory access / speed) and designed using appropriate obj ect-oriented design patterns. More specifically, the contractor shall review the source code for Matlib to evaluate whether or not it is appropriately using type extension, polymorphism, abstraction, and data hiding. The contractor shall identify potential improvements to speed up the code and to ensure it complies with modern Fortran best practices. After consultation with the COR, the contractor shall implement the improvements they have identified. If possible, Matlib (and/or the calls into Matlib) shall be designed to be parallel using Coarray Fortran (CAF).

In addition to the source code updates, the contractor shall update the Code Description document (1 ) and Matlib documentation [2] with the new format requirements, provide examples of each of the code's new functionalities, and update the development documentation to allow for future NRC developer updates.

Task 5 -Assist in linking FAST to TRACE The contractor shall assist the NRC in the coupling of FAST with TRACE. Preliminary work to couple FAST to the TRACE reactor systems code through the MOOSE code (i.e., BlueCRAB) developed by Idaho National Laboratory was completed previously. The contractor shall expand the capabilities of the coupled code as follows:

  • The contractor shall perform any code modifications necessary for multiple instances of FAST to interface with multiple TRACE components within one simulation.
  • The contractor shall modify FAST to pass fuel temperature information to TRACE through MOOSE and to receive axial and radial power profiles from MOOSE.
  • The contractor shall work with FAST, TRACE , and MOOSE developers to modify FAST to allow for a PICARD time integration scheme to be available to users who use FAST in BlueCRAB. This effort will require modifying FAST to allow MOOSE to back up the calculation to a previous time step if code convergence problems arise Page 6

31310020D0004/31310020F0096 during execution of the coupled FAST-TRACE simulation. Code backup may be triggered by numerical problems in either TRACE or FAST.

The contractor shall perform the above tasks in coordination with NRC staff and with its contractors at Idaho National Laboratory.

In addition to the source code updates, the contractor shall update the Code Description document [1 ] to describe this new functionality, provide an example problem (in coordination with NRC staff) to demonstrate the coupled FAST-TRACE capabilities of each of the code's new capabilities, and update the developer documentation to allow for future N RC developer updates.

Task 6 - Provide Training to NRC Staff and Contractors The contractor shall provide up-to a 2 1/2 day training course to the NRC and other FAST developer staff outlining the code modifications and modern Fortran techniques used to perform the FAST source code updates. The objective of the training course is to ensure NRC staff and contractors understand the code modifications proposed in Tasks 2-5 and have some facility with the modern Fortran techniques utilized in the code modifications. A course agenda shall be coordinated with and approved by the COR at least two weeks ahead of the training to ensure all desired subjects will be covered. The NRC staff and contractors should finish the course with a basic understanding of the value and benefit of the modern Fortran techniques and be able to apply the techniques in their own programing efforts. The training shall provide explanation of the code modifications and modern Fortran techniques, address alternative approaches and the benefits offered by the selected approach and allow time for NRC staff questions about the modification and techniques. The training shall take place in the final two months of the POP, following completion of the majority of work requested in Tasks 2-5. The training be conducted virtually between the hours of 8 am and 5 pm ET and include 6.5 hours5.787037e-5 days <br />0.00139 hours <br />8.267196e-6 weeks <br />1.9025e-6 months <br /> of instruction or lecture and 1.5 hours5.787037e-5 days <br />0.00139 hours <br />8.267196e-6 weeks <br />1.9025e-6 months <br /> for breaks.

The training shall be recorded by the contractor in subject modules and video files shall be provided to NRC for future use. The contractor shall confirm with the NRC COR on what video file type is supported at the NRC. Training presentation materials and recordings provided under this task will become property of the government (NRC) and not subject to any restrictions on use.

The maximum number of staff attending the training sessions is 10 attendees.

Task 7 - Provide Technical Assistance Related to FAST Code Development The contractor shall provide up to 120 hours0.00139 days <br />0.0333 hours <br />1.984127e-4 weeks <br />4.566e-5 months <br /> of on-call assistance to the NRC staff related to FAST code development activities that are not specifically outlined in the above tasks. Examples of such support may include the following:

  • Assistance when NRC staff experiences issues compiling the FAST source code using different compilers (e.g., gfortran, Intel) and on multiple operating systems (e.g., Windows 10, MacOSX, Red Hat Enterprise Linux)
  • Assistance in adding new tests or source code files to the Cmake-based build system for FAST
  • Assistance when NRC staff has issues with the continuous integration test suite that is run any time new code is added to Github
  • Assistance in implementing object-oriented programming features in the FAST source code.
5. APPLICABLE DOCUMENTS AND STANDARDS The governing equations used in the FAST code are those found in both of the following manuals:
1. IE Porter, KJ Geelhood, DV Colameco, EE Torres, WG Luscher, L Kyriazidis, CC Goodson, "FAST-1.0: A Computer Code for Thermal-Mechanical Nuclear Fuel Analysis under Steady-state and Transients", March 2020.

PNNL-29720. Available at https://fast.labworks.orq/software/fast-10.

Page 7

31310020D0004/31310020F0096

2. KJ Geelhood, WG Luscher, IE Porter, L Kyriazidis, CE Goodson, EE Torres, "Matlib-1.0: Nuclear Material Properties Library", March 2020. PNNL-29728. Available at https://fast.labworks.org/software/fast-10 .
3. KJ Geelhood, WG Luscher, PA Raynaud, IE Porter, "FRAPCON-4.0: A Computer Code for the Calculation of Steady-State, Thermal-Mechanical Behavior of Oxide Fuel Rods for High Burnup", September 2016. PNNL-19418, Vol. 1 Rev. 2. frapcon.labworks.org/Code-documents/FRAPCON Description Final.pdf
4. KJ Geelhood, WG Luscher, JM Cuta and IA Porter, "FRAPTRAN-2.0: A Computer Code for the Transient Analysis of Oxide Fuel Rods", May, 2016. PNNL-19400, Vol. 1 Rev. 2. frapcon.labworks.org/Code-documents/FRAPTRAN-2.0-A Computer Code for the Transient Analysis of Oxide Fuel Rods.pdf
6. DELIVERABLES AND DELIVERY SCHEDULE/REPORTING REQUIREMENTS Monthly Letter Status Report (MLSR)

The contractor shall provide a Monthly Letter Status Report which consists of a technical progress report and financial status report. This report will be used by the Government to assess the adequacy of the resources proposed by the contractor to accomplish the work contained in this SOW and provide status of contractor progress in achieving tasks and producing deliverables. The report shall include contract/order summary information, work completed during the specified period, milestone schedule information, problem resolution, travel plans, and staff hour summary. The contractor shall provide the MLSRs in electronic format, unless directed by the COR. The electronic format shall be provided using a Microsoft-based product, (e.g., Outlook, Word, Excel, PowerPoint) unless the COR and the contractor specifically agree on another format.

Deliverables The contractor shall provide the deliverables stated in the table below. In addition to the deliverables and format described in the table, the contractor shall provide a letter report in electronic format describing the work performed and explaining the products delivered to the COR. The electronic format shall be provided using a Microsoft-based product, (e.g., Outlook, Word, Excel, PowerPoint) unless the COR and the contractor specifically agree on another format. The letter report shall be in tile format of draft version, revision version with redline/strikeout, and a revised version which can be the final version. The contractor shall maintain appropriate revision control in an electronic format.

For each "final" deliverable (e.g., preliminary, draft, or final) that accomplishes a specific portion of a subtask activity, the contractor shall provide an electronic copy to the COR. The contractor shall explicitly state in its submittal that the product provided is the deliverable for Task/Subtask XX, as further described below.

The schedule for deliverables shall be contained in the approved Project Plan for the task order effort, which is included as a deliverable in the table below.

The contractor shall develop (as necessary), maintain, and control data, files, information, and deliverables pursuant to this task order.

Deliverable Schedule Deliverable Description Quantity/Media Completion Date 1 (Task 1) Task Order Project Plan As applicable NLT 14 calendar days after kickoff meeting 2 (Task 2) FAST source code files, test cases, Fortran files; text files; NLT 30 calendar and documentation LaTeX files days prior to Page 8

31310020D0004/31310020F0096 contract expiration 3 (Task 3) FAST source code files, test cases, Fortran files; text files; NLT 30 calendar and documentation LaTeX files days prior to contract expiration 4 (Task 4) FAST source code files, test cases, Fortran files; text files; NLT 30 calendar and documentation LaTeX files days prior to contract expiration 5 (Task 5) FAST source code files, test cases, Fortran files; text files; NLT 30 calendar and documentation LaTeX files days prior to contract expiration 6 (Task 6) 2.5 day training course Training course materials, NLT 30 calendar and virtual delivery, days prior to including recording of contract expiration course by course module.

7 (Task 7) Technical Assistance Documented in the MLSR As applicable 8 MLSR in accordance with Section F.3. electronic 20th of each month and Attachment 5 of the base contract.

The above deliverables shall be submitted to the task order CO and task order COR. Unless otherwise directed by the COR or the CO, the contractor must provide all deliverables except the Monthly Letter Status Reports (MLSR) as draft products. The COR will review all draft deliverables (and coordinate any internal NRC staff review, if needed) and provide comments back to the contractor. The contractor shall revise the draft deliverable based on the comments provided by the COR and then deliver a revised version of the deliverable, which will then be considered the Final Version. When mutually-agreed upon between the contractor and the COR, the contractor may submit preliminary or partial drafts to help gauge the contractor's understanding of the particular work requirement. More than one round of drafts may be needed if the contractor does not successfully incorporate the COR's comments on the previous draft.

7. REQUIRED LABOR CATEGORIES Example Labor categories Labor Category Minimum Qualification Requirement Key Personnel*

(yes or no)

Project Manager (PM) Desired Qualifications Requirements: Yes

1. B.S. in Engineering, Science
2. 5 years of software development project management and oversight experience Senior Key Staff Minimum Qualifications Requirements: Yes
1. A Bachelor's degree in an Engineering discipline or Computer Science.
2. More than 10 years' experience in Fortran and CIC++
3. Proven in-depth knowledge of heat transfer and fluid dynamics 4 . Experience in recent (2008 draft standard or more current) Fortran code development practice Page 9

31310020D0004/31310020F0096

5. Experience with Object-Oriented Programming, including the following concepts:

0 Data abstraction, 0 Object polymorphism, 0 Type extension and inheritance

6. Experience with code verification, testing and version control
7. Experience with the FRAPCON/FRAPTRAN and/or FAST codes Education and Skillsets that are not Required, but Desired for this Task Order Requirement:
1. Experience with the following:

0 Intel and gcc/gfortran compilers 0 GIT 0 Cmake 0 Microsoft Visual Studio

2. Experience in code development using the 2018 Fortran standard
3. Experience with Object-Oriented Programming, including the following concepts:

0 Parallel programming and MPI

  • See NRCAR 2052.215-70, "Key Personnel"
8. GOVERNMENT-FURNISHED PROPERTY The COR will grant contractor access to the Github repository containing the FAST source code.
9. PLACE OF PERFORMANCE The work to be performed under this contract/order will be primarily performed at the location of the contractor's facilities .
10. SPECIAL CONSIDERATIONS 11 .1 TRAVEL/MEETINGS To meet the objectives of this project, periodic programmatic progress and planning meetings may be necessary. It is anticipated that most of these meetings can be conducted via teleconference. However, in-person meetings may be beneficial to discuss progress and next steps during the contract. The contractor shall plan for no more than two in-person meetings during the period of performance. Each meeting shall involve no more than two staff and shall last no longer than two days.

Contractor will be authorized travel expenses consistent with the substantive provisions of the Federal Travel Regulation (FTR) and the limitation of funds specified in this contract/order. All travel requires written Government approval from the CO, unless otherwise delegated to the COR.

Travel will be reimbursed in accordance with FAR 31 .205-46, 'Travel costs" and the General Services Administration's Federal Travel Regulations at: http://www.gsa.gov/portal/content/104 790.

All travel requires prior written approval from the COR.

Page 10

31310020D0004/31310020F0096 11.2 SECURITY Work on this task order may involve t he handling of documents that contain proprietary information. The contractor shall safeguard documents containing proprietary information against unauthorized disclosure. After completion of work, the contractor must either destroy the documents or return them to the NRC. If they are destroyed, please confirm this in an e mail to the COR with a copy to the CO and include the date and manner in which the documents were destroyed.

11.3 LICENSE FEE RECOVERY All work under this task order is not !license fee recoverable.

11 .4 DATA RIGHTS The NRC shall have unlimited rights to, and ownership of all deliverables provided under this contract/order, including reports, recommendations, briefings, work plans and all other deliverables. All documents and materials, to include the source codes of any software, produced under this contracUorder are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written authorization from the CO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause at FAR 52.227-14, "Rights in Data-General," is hereby incorporated by reference and made a part of this contracUorder.

11.5 REQUIRED MATERIALS/FACILITIES The contractor is responsible for obtaining the following materials, facilities, hardware, or software required for this contract/order:

  • Intel Parallel Studio XE 2018 Composer (or newer) Edition for Fortran
  • Visual Studio 2017 (or newer)
  • gfortran 8.2 (or newer)

Page 11

31310020D0004/31310020F0096 D - Packaging and Marking D.1 PACKAGING AND MARKING (a) The Contractor shall paclkage material for shipment to the NRG in such a manner that will ensure acceptance by common carrier and safe delivery at destination. Containers and closures shall comply with the Surface Transportation Board, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation.

(b) On the front of the package, the Contractor shall clearly identify the contract number under which the product is being provided.

(c) Additional packaging and/or marking requirements are as follows:

31310020D0004 3 1310020F0096.

D.2 BRANDING The Contractor is required to use the statement below in any publications, presentations, articles, products, or materials funded under this contract/order, to the extent practical, in order to provide NRC with recognition for its involvement in and contribution to the project. If the work performed is funded entirely with NRC funds, then the contractor must acknowledge that information in its documentation/presentation.

Work Supported by the U.S. Nuclear Regulatory Commission (NRC), Office of Nuclear Regulatory Research, under ContracUorder number 31310020D0004_31310020F0096.

Page 12

31310020D0004/31310020F0096 F - Deliveries or Performance F.1 PLACE OF DELIVERY-REPORTS The items to be furnished hereunder shall be delivered, w ith all charges paid by the Contractor, to:

Name: Michelle.Bales@nrc.gov; Lucas.Kyriazidis@nrc.gov Contracting Officer's Representative (COR)

Name: Jeffrey.Mitchell@nrc.gov Contracting Officer (CO)

F.2 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (SEP 2013)

This order shall commence on January 28, 2021 and will expire on March 31, 2022.

Page 13

31310020D0004/31310020F0096 G - Contract Administration Data G.1 ELECTRONIC PAYMENT (DEC 2017)

The Debt Collection Improvement Act of 1996 requires that all payments except IRS tax refunds be made by Electronic Funds Transfer. Payment shall be made in accordance with FAR 52.232- 33, entitled "Payment by Electronic Funds Transfer-System for Award Management."

To receive payment, the contractor shall prepare invoices in accordance with NRC's Bill ing Instructions. Claims shall be submitted through the Invoice Processing Platform (IPP) (https://www.ipp.gov/). Back up documentation shall be included as required by the NRC's Billing Instructions.

Page 14

31310020D0004/31310020F0096 H - Special Contract Requirements H.1 USE OF PERMANENT AND LOANER DEVICE SOLUTIONS DURING INTERNATIONAL TRAVEL (FEB 2020)

In order to ensure the secure use of mobile devices by contractors while on official international travel, the NRC has implemented the following requirements. These policies establish best practices in accordance with Management Directive 12.5, "NRC Cybersecurity Program."

NRG-assigned Permanent Laptops Due to security risks, NRG-assigned permanent laptops shall not be used for international travel by contractors for any reason.

NRG-assigned Loaner Laptops NRC loaner laptops specifically configured for international travel, if provided, are the only NRC-provided mobile equipment that may be used by contracto rs while on official agency international travel. Under the NRC's Agency-Wide Mobility Policy, loaner tablets and mobile phones are not provided to contractors. All NRC loaner devices will be wiped of all data upon returning from each international trip.

Personal Devices The use of personal laptops, tablets and mobile phones while on official international travel is not prohibited. However, if a contractor is using a personal device to perform work for the NRC while on international travel, the contractor must leverage an NRC authorized solution (Citrix Remote Desktop, IBM MaaS360, Microsoft Office 365 (0365)) to access NRC information.

Personal International Travel The NRC does not support requests for loaner laptops, tablets or mobile phones while contractor employees are on personal international travel.

H.2 CONTRACTOR CONDUCT (APRIL 2020)

The contractor will ensure that all contractor staff receive anti-harassment training before being granted facility access. The Government reserves the right to deny or restrict facility access for any Contractor employee who engages in any conduct that the agency believes adversely affects the work place. The imposition of a restriction or prohibition shall not excuse the Contractor from performance of obligations under the contract.

Page 15

31310020D0004/31310020F0096 H.3 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOR EMPLOYEES (a) The U.S. Nuclear Regulatory Commission (NRC) contractor and its subcontractor are subject to the Whistleblower Employee Protection public law provisions as codified at 42U.S.C.

5851. NRC contractor(s) and subcontractor(s) shall comply with the requirements of this Whistleblower Employee Protection law, and the implementing regulations of the NRC and the Department of Labor (DOL). See, for example, DOL Procedures on Handling Complaints at29 C.F.R. Part 24 concerning the employer obligations, prohibited acts, DOL procedures and the requirement for prominent posting of notice of Employee Rights at Appendix A to Part 24 entitled: "Your Rights Under the Energy Reorganization Act".

(b) Under this Whistleblower Employee Protection law, as implemented by regulations, NRC contractor and subcontractor employees are protected from discharge, reprisal, threats, intimidation, coercion, blacklisting or other employment discrimination practices with respect to compensation, terms, conditions or privileges of their employment because the contractor or subcontractor employee(s) has provided notice to the employer, refused to engage in unlawful practices, assisted in proceedings or testified on activities concerning alleged violations of the Atomic Energy Act of 1954 (as amended) and the Energy Reorganization Act of 1974 (as amended).

(c) The contractor shall insert this or the substance of this clause in any subcontracts involving work performed under this contract.

H.4 GREEN PURCHASING (SEP 2015)

(a) In furtherance of the sustainable acquisition goals of Executive Order (EO) 13693, "Planning for Federal Sustainability in the Next Decade," products and services provided under this contract/order shall be energy efficient (EnergyStar or Federal Energy Management Program -

FEMP-designated products), water efficient, biobased, environmentally preferable (excluding EPEAT-registered products), non-ozone depleting, contain recycled content, or are non- or low toxic alternatives or hazardous constituents (e.g. , non-VOC paint), where such productsand services meet agency performance requirements. See: Executive Order (EO) 13693, "Planning for Federal Sustainability in the Next Decade."

(b) The NRC and contractor may negotiate during the contract term to permit the substitution or addition of designated recycled content products (i.e., Comprehensive ProcurementGuidelines

- CPG), EPEAT-registered products, EnergyStar- and FEMP designated energy efficient products and appliances, USDA designated biobased products (Biopreferred program),

environmentally preferable products, WaterSense and other water efficient products, products containing non- or lower-ozone depleting substances (i.e., SNAP), and products containing non-or low-toxic or hazardous constituents (e.g., non-VOC paint), when such products and services are readily available at a competitive cost and satisfy the NRC's performance needs.

(c) The contractor shall flow down this clause into all subcontracts and other agreements that relate to performance of this contract/order.

H.5 KEY PERSONNEL. (JAN 1993)

(a) The following individuals are considered to be essential to the successful performance of the work hereunder:

Page 16

31310020D0004/31310020F0096 (b)(4)

  • The contractor agrees that personnel may not be removed from the contract work or replaced without compliance with paragraphs (b) and (c) of this section.

(b) If one or more of the key personnel, for whatever reason, becomes, or is expected to become, unavailable for work under this contract for a continuous period exceeding 30 work days, or is 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 the personnel with personnel of at least substantially equal ability and qualifications.

(c) Each request for approval of substitutions must be in writing and contain a detailed explanation of the circumstances necessitating the proposed substitutions. The request must also contain a complete resume for the proposed substitute and other information requested or needed by the contracting officer to evaluate the proposed substitution. The contracting officer and the project officer shall evaluate the contractor's request and the contracting officer shall promptly notify the contractor of his or her decision in writing.

(d) If the contracting officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated, or have otherwise become unavailable for the contract work is not reasonably forthcoming, or that the resultant reduction of productive 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 adjusted downward to compensate the Government for any resultant delay, loss, or damage.

H.6 CONTRACTING OFFICER'S REPRESENTATIVE (a) The contracting officer's authorized representative hereinafter referred to as the Contracting Officer's Representative (COR) for this contract is:

Contracting Officer's Representative (COR):

Michelle Bales Michelle. Bales@nrc.gov 301-415-1783 Alt Contracting Officer's Representative:

Lucas Kyriazidis 301-415-7834 Lucas.Kyriazidis@nrc.gov (b) Performance of the work under this contract is subject to the technical direction of the NRC COR. The term technical direction is defined to include the following:

Page 17

31310020D0004/31310020F0096 (1) Technical direction to the contractor which shifts work emphasis between areas of work or tasks, authorizes travel which was unanticipated in the Schedule (i.e., travel not contemplated in the Statement of Work or changes to specific travel identified in the Statement of Work), fills in details, or otherwise serves to accomplish the contractual statement of work.

(2) Provide advice and guidance to the contractor in the preparation of drawings, specifications, or technical portions of the work description.

(3) Review and, where required by the contract, approve technical reports, drawings, specifications, and technical information to be delivered by the contractor to the Government under the contract.

(c) Technical direction must be within the general statement of work stated in the contract.

The project officer does not have the authority to and may not issue any technical direction which:

( 1) Constitutes an assignment of work outside the general scope of the contract.

(2) Constitutes a change as defined in the "Changes" clause of this contract.

(3) In any way causes an increase or decrease in the total estimated contract cost, the fixed fee, if any, or the time required for contract performance.

(4) Changes any of the expressed terms, conditions, or specifications of the contract.

(5) Terminates the contract, settles any claim or dispute arising under the contract, or issues any unilateral directive whatever.

(d) All technical directions must be issued in writing by the COR or must be confirmed by the COR in writing within ten (10) working days after verbal issuance. A copy of the written direction must be furnished to the contracting officer. A copy of NRC Form 445, Request for Approval of Official Foreign Travel, which has received final approval from the NRC must be furnished to the contracting officer.

(e) The contractor shall proceed promptly with the performance of technical directions duly issued by the project officer in the manner prescribed by this clause and within the COR's authority under the provisions of this clause.

(f) If, in the opinion of the contractor, any instruction or direction issued by the COR is within one of the categories defined in paragraph (c) of this section, the contractor may not proceed but shall notify the contracting officer in writing within five (5) working days after the receipt of any instruction or direction and shall request that contracting officer to modify the contract accordingly. Upon receiving the notification from the contractor, the contracting officer shall issue an appropriate contract modification or advise the contractor in writing that, in the contracting officer's opinion, the technical direction is within the scope of this article and does not constitute a change under the "Changes" clause.

(g) Any unauthorized commitment or direction issued by the COR may result in an unnecessary delay in the contractor's performance and may even result in the contractor expending funds for unallowable costs under the contract.

(h) A failure of the parties to agree upon the nature of the instruction or direction or upon the Page 18

31310020D0004/31310020F0096 contract action to be taken with respect to the instruction or direction is subject to 52.233 Disputes.

(i) In addition to providing technical direction as defined in paragraph (b) of the section, the project officer shall:

(1) Monitor the contractor's technical progress, including surveillance and assessment of performance, and recommend to the contracting officer changes in requirements.

(2) Assist the contractor in the resolution of technical problems encountered during performance.

(3) Review all costs requested for reimbursement by the contractor and submit to the contracting officer recommendations for approval, disapproval, or suspension of payment for supplies and services required under this contract.

(End of Clause)

Page 19

31310020D0004/31310020F0096 SECTION J - List of Documents, Exhibits and Other Attachments J.1 List of Documents, Exhibits, and Other Attachments Attachments:

1. Monthly Letter Status Report Template (Furnished Upon Request)
2. Labor Hour Billing Instructions (Furnished Upon Request)

Page 20

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

11. CONTRACT ID CODE IPAGE OF PAGES 1 I 3
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 15. PROJECT NO. /If appllcabla)

P00002 See Block 16C ZEROREQ-RES-21-0205

6. ISSUED BY CODE NRCHQ 7. ADMINISTERED BY (If other than Item 6) CODE I US NRC - HQ ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN-07B20M WASHINGTON DC 20555-0001
8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county, State and ZIP Code) 9A. AMENDMENT OF SOLICITATION NO.

12 I NFORMATI ON SYSTEMS LABORATORIES INC 8 130 BOONE BLVD STE 500 9B. DATED /SEE ITEM 11)

V IENNA VA 221827745 10A. MODIFICATION OF CONTRACT/ORDER NO.

X 31310020 D0004 31310020F0096 108. DATED /SEE ITEM 13)

CODE 960756138 FACILITY CODE 08/03/2020

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicltatlon Is amended as set forth In Item 14. The hour and date specified for receipt of Offers ~ is extended. is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning ____ copies of the amendment; (b) By act<.nowledglng receipt or this amendment on each copy or the offer submitted; or <c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted , such change may be made by letter or electronic communication, provtded each letter or electronic communication makes reference to the solicttation and this amendment. and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedul e

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

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14 , PURSUANT TO THE AUTHORITY OF FAR 43. 103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

X 52 . 243-2 Changes-Cost-Reimbursement E. IMPORTANT: Contractor  ::::l is not ~ is required to sign this document and return _ _ _ _ _ _1__ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organizad by UCF section haadlngs, including sollcitallon/contracf subject matter where feasible.)

The purpose of t his modification is to add two new labor categories into t he price/cost schedule with no impac t on the contract ceiling . The t wo ne w labor categori es is an Engineer and Intern 1 . All other terms and conditions remain unchanged.

Period of Performance : 01/28/2021 to 03/31/2022 Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND T ITLE OF CONTRACTING OFFICER {Type or print)

JEFFREY R. MITCHELL 15B. CONTRACT OR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

~ ~ -,,...

= ~-,:;r-,;-;r--,.,..,,._

06/28/2021 (SJ9no1ure ofperson authorized ro sign) (Stgnaturo of Contractlllfl Officer)

Previous edition unusable STANDARD FORM 30 (REV. 11/2016)

Prescribed by GSA FAR (48 CFR) 53.243

31310020D0004/31310020F0096 Modification No. 2 The purpose of this modification is to add two new labor categories into the price/cost schedule with no impact on the contract ceiling. The two new labor categories is an Engineer and Intern 1. All other terms and conditions remain unchanged.

Refer to Section B.3 entitled "PRICE/COST SCHEUDLE" is deleted in il:s entirety and replaced with the following:

B.3 PRICE/COST SCH EDU LE BASE CLIN DESCRIPTION EST. UNIT FIXED UNIT FIXED UNIT TOTAL QTY. PRICE FY21 PRICE FY22 ESTIAMTED

[January 28, [October 1, AMOUNT 2021 -Sept 2021 - (hours x 30, 2021) March 31, blended 2022] rate) 0001a Project Manager 163 Hour (b)(4) -l I 0002a Subject Matter 499 Hour Expert 1 (b)(4) ...., ....., ........... l - I -

0002b Subject Matter 386 Hour (b)(4) ______ Expert--2 I * ----- I -

0003a Sr. Technical 122 Hour Reviewer 1 (b)(4) """'"' I I -

0003b Sr. Technical 243 Hour (b)(4)

Reviewer 2 (b)(4)

(b)(4) ........ 1 -*********---- I 0004a Admin Support 32 Hour and Tech Editing (b )(4) ....

                    • t 1 ------*-- I 0004b Admin Support 126 Hour and Tech Editing (b)(4) .. ...,.,. .. ........... ..2

, , 1 - I -

0006 Enqineer Hour -

0007 Intern Level 1 Hour 0005a Travel 1 LOT NTE NTE 0005b G&A on Travel* 1 LOT NTE NTE TOTAL ESTIMATED PRICE FOR BASE YEAR $303,81 3.90

  • G&A rate is the approved provisional/final rate identifiied under G.5 2052.216-71 INDIRECT COST RATES. (JAN 1993) of Contract Number 31310020D0004.

Page 2

31310020D0004/31310020F0096 Modification No. 2 Optional Task 3 CLIN DESCRIPTION EST. UNIT FIXED UNIT FIXED UNIT TOTAL QTY. PRICE FY21 PRICE FY22 ESTIAMTED

[January 28, [October 1, AMOUNT 2021 -Sept 2021- {hours x 30, 2021] March 31 , blended 20221 rate)

(b)(4) 1001a 2002a

, Project Manager Subject Matter I

60 120 Hour Hour (b)(4) ...............

... ., Expert 1 I -

2002b Subject Matter 120 Hour (b)(4) .... Exoert2I I -

  • 3003a Sr. Technical 20 Hour Reviewer 1 (b)(4)

(b)(4) I -

3003b Sr. Technical 100 Hour (b)(4)

Reviewer 2 (b)(4) .L ..,..

I -

4004a Admin Support 12 Hour and Tech Editing (b)(4) ********.1... L I 4004b Admin Support 48 Hour and Tech Editing (b)(4) ... 2 1 ********* I 6006 Enqineer Hour 7007 Intern Level 1 Hour TOTAL ESTIMATED PRICE FOR BASE YEAR I $89,635.41 TOTAL ESTIMATED PRICE - BASE TASKS $303,813.90 TOTAL ESTIAMTED PRICE-OPTIONAL TASK 3 $89,635.41 T OTAL ESTIMATED PRICE- INCLUSIVE OF ALL OPTIONS $393,449.31 Page 3

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

11. CONTRACT ID CODE IPAGE OF PAGES 1 I 1
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/ PURCHASE REQ. NO. 15. PROJECT NO. /If appllcabla)

P00003 See Block 16C RES-2 1-035 6

6. ISSUED BY CODE NRCHQ 7. ADMINISTERED BY (If other than Item 6) CODE I US NRC - HQ ACQUI SITION MANAGEMENT DI VIS ION MAIL STOP TWFN- 07B20M WASHI NGTON DC 20555-0001
8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county, State and ZIP Code) 9A. AMENDMENT OF SOLICITATION NO.

12 I NFORMATI ON SYSTEMS LABORATORIES INC 8 130 BOONE BLVD STE 500 9B. DATED /SEE ITEM 11)

V IENNA VA 221 8277 45 10A. MODIFICATION OF CONTRACT/ORDER NO.

X 31310020 D000 4 31310020 F00 96 108. DATED /SEE ITEM 13)

CODE 9607561 38 FACILITY CODE 08/03 / 2020

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicltatlon Is amended as set forth In Item 14. The hour and date specified for receipt of Offers ~ is extended. is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning ____ copies of the amendment; (b) By act<.nowledglng receipt or this amendment on each copy or the offer submitted ; or <c ) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT O F OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted , such change may be made by letter or electronic communication, provtded each letter or electronic communication makes reference to the solicttation and this amendment. and is received prior to the opening hour and date specified.

12. ACCOUNTINGANDAPPROPRIATION DATA(lf required) Net I nc rea se : $93 , 813 . 90 See Schedul e
13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14 , PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D . OTHER (Specify type of modification and authority)

X 52 . 232-22 Li mitation of Funds E. IMPORTANT: Contractor 'x.l is not '::] is required to sign this document and return _ _ _ _ _ __ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organizad by UCF section haadlngs, including sollcitallon/contracf subject matter where feasible.)

The purpose of t his modification is to add incremental f unding i n t he amount of $ 93 , 813 . 90 t her e by i nc r eas ing the t ot al ob l igations f rom $210 , 000 . 00 to $303 , 813 . 90 .

Refer t o Section B.l e ntit led " Cons i deration and Obligat ion-Time-And- Materials Contract 0 paragraph C i s revised as f oll ows :

(c ) The amount present l y obligated b y t he Gover nment with respect to t hi s cont ract i s

$303 , 813 . 90 .

Al l ot her t erms a nd condit i ons remain unchanged .

Period of Perfo rmance : 01/28/2021 to 03/31/2022 Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND T ITLE OF CONTRACTING OFFICER {Type or print)

JEFFREY R. MITCHELL 15B. CONTRACT OR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

~ ~ -,,...

= ~-,:;r--:;--,r-.,,,..,,._

0 7/2 8/2 021 (SJ9no1ure of person authorized ro sign) (Stgnaturo of Contractlflfl Officer)

Previous edition unusable STANDARD FORM 30 (REV. 11/2016)

Prescribed by GSA FAR (48 CFR) 53.243