ML23109A103

From kanterella
Jump to navigation Jump to search
FOIA-2023-000069 - Resp 1 - Final, Agency Records Subject to the Request Are Enclosed
ML23109A103
Person / Time
Issue date: 01/05/2023
From:
NRC/OCIO
To:
Shared Package
ML23109A101 List:
References
FOIA-2023-000069
Download: ML23109A103 (1)


Text

~r SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS I: REQUISITION NUMBER Ce IPAG:

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 CCIC-20-0C:J4 I i1 2 CONTRACT NO J AW ARO.. OROER NUMBER 15 SOLICITATION NUMBER 1~ SOLICITATION G21Cf2_i8AA EFFECTIVE DATE 3LU001ClQ0032 SSUE DATE 106/0ll2 2 3131:J02:JFC024 08/JD/20_9 lb TELE~HONE 18 OFFER DUE DATE,LOCAL TIME

/No collect calls I

' FOR SOLICITATION 1~ NAME NUMBER INFORMATION CALL: '7:::RRY PURCE:..,L 3:J>L':i- /142 9 ISSUED BY COOE INRCH:J 10 THIS ACQUISITION IS

' UNRESTRICTED OR WOMEN-OWNED SMALL BUSINESS SET ASIOE  % FOR us NRC - HQ SMALL BUSINESS (WOSBI ELIGIBLE UNDER THE WOMEN-OWNED ACQUlSl'l'lON Yll',NAGEMLN'l' Lll\/lSlON HUBZONE SMALL ~MAI I ~lJ.~INF~~ PR(),SRAM NAICS 'J410ClC BUSINESS EDWOSB tv'.AI:.., S~CP TWFN-0/B2CM SERVICE-DISABLED $(A\

ViASl-:I:JCTJN DC 20':i:::'J-0001 SIZE STANDARD SlE. 5 VETERAN-OWNED SMALL BUSINESS DELIVERY FOR FOB OESTINA- 12 DISCOUNT TERMS 13', RATING

" TION UNLESS BLOCK IS 30 13a THIS CONTRACT ISA MARKED RATED ORDER UNDER 14 METHOD OF SOLICITATION SEE SCHEOULE DPAS(15CFR700) ern ,ea eee 15 DELIVER TO CODE l)!?CHO 16 ADMINISTERED BY CODE INRCHC*

Ncc:..,EA? R:::GULATORY CCM'.~ISSIJN us ;"J?C - H:)

NLC~E.A.:-Z k~GULA'l'Okl CCJvJ:,uSSlON ACQUlSl~'lC>I MANAG~t,:LN'l' DlVlSlON

\-JJI.Sf-:I)!C:T'."m C\. 20:i.-,s-0001 MAIL STOP T\,Jf)!-07320'.~

l*/ASHING::'ON DC 20555-DCO_

17a CONTRACTOR/ CODE %2364:J.<O FACILITY I 18a PAYMENT WILL BE MADE BY CODE INRCPAYMC:NT3 OFFER OR I CODE PA ~r.FINDER CON.SU:..,TANTS LLC ?ISCA:.., ACCJUNTINC PROGRAtv'.

AT~N *'.:=Er;RGE HICY .11.Dl<IN ~RJI.INI)!*'.:= G?OU? Ji.VERY ST?EE~ .11.3-G 1725 l S'l'kEL~' >Ii-'i GIJkLAU o~* 'l'EE L"lSCAL SE.:-<.V lCL SUITE 30 :J PO BOX ~328

\'JASEINGT:JN cc 2DCD 6 I'ARKC:RS3UF.G W\l 26-CE-1322 TELEPHONE NO 2027377284:

17b CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN DFFER 18b SUBMIT INVOICES TD ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM n n ITEM NO "

SCHEDULE OF SUPPLIES/SERVICES "

QUANTITY UNIT UNIT PRICE "

AMOUNT NRC FR:::EDOtv'. OF INFJ?MA~IJN ACT (FCIA) SUP?OR~

SERVICC:S Acccun::ing Into:

2020-X0200-EEBASEC-10-1DDC10-10B105-l09l-51-J-l38

-2S:E-:l1-J-138-1C91 Pe.:::.1od of Perfo.:::rrance: 06/01/2020 Le 05/J_/2021 DU - ~*reedo:n of lnfo.:::rraL.1on Ac~ (L,'OlA) Supocrl ~67,JU!J.80 Se:::vices. Base Period

..,ine I::em Ceiling: S:::6/,304.BC Con::inued (Use Reverse and/or Attach Additional Sheets as Necessary}

25 ACCOUNTING AND APPROPRIATION DATA TOTAL AWARD AMOUNT (For Govt. Use Only)

See sct:edl,le I'" n,:rn,:,787.%

27a SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4 FAR 52.212-3 AND 52 212-5 ARE ATTACHED ADDENDA ARE NOT ATTACHED 27b CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4 FAR 52.212-5 IS ATTACHED ADDENDA ARE NOT ATTACHED 2B CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 29 AWARD OF CONTRACT OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER DATED YOUR OFFER ON SOLICITATION (BLOCK 5),

ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN, IS ACCEPTED AS TO ITEMS.

30a SIGNATURE OF OFFEROR1CONTRACTDR 31a UNITED STATES OF AMERICA(SIGNATURE OF CONTRACTING OFFICERi

__ ----+---(-

30b. NAME AND TITLE OF SIGNER (Type orprrnt) 130c DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print) 31c. DATE SIGNED f:ERIEE?T'."1 C'."-iLON 0:l/20/2()20 1

AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 !REV. 212012)

PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 Page 1 of 62

2 0t ITEM NO

'° SCHEDULE OF SUPPLIES/SERVICES 21 QUANTITY 22 UNIT "

UNIT PRICE "

AMOUNT IncrcmC'r.t.c1ll:; FundC'rl .11.:nount.: $44(, :rnc.oc lDCOl Freedo:n of Info::::nation Ac:: (:COIA) Sup:r-,8rt C.OC 3c:::-vicC's. Opt.ion PC'riorl C";nc.

Amour.t: $:182, l(.6.08(0?::ivn Lir.e Ite:i-1)

AnL.1c.1ra.Led Lxe.:::c.i.se Gale:C-5/C-3/202~

20(01 Freedo:i-1 0t Int0::-:i-1ation Ac:: (?OIA) SUP?Crt c.oc Se.:::v.i.ces. OpL.i.on l:'e.r.i.od *1*,.,,o.

Amour:t: $598,650.12(0:r-,::ion Lir:e Ite:n)

Ant.icipat.C'd Exc:::-cisC' Cc1t.c: c_-, IC-212022

'e.:::.1od of Pe.:::fo.::::nance: C-6/Ul/2022 Le 05/3~/2023

.<OCO 1 Fn,C'rlo:n of Info:::-:nat.ion Ac-:-. (?OI.11.) Snp?ort.

Se::-vices. Option Period T.1ree.

Amour.L: $Gl*1,985.60(0o~.i.on L.1r.e lle:n)

Ar1ticipdted Exe:::cise Cate:C-5/Cl/2023

?e::-iod ot Pe::-t0::-:nance: (6/Cl/2023 tc 0:l/3:/2024 4DC01 Freedo:n of Info::::nation Ac:: (:COIA) Sup:r-,8rt C.OC 3c:::-vicC's. Opt.ion PC'riorl Fo1,r.

Amour.t: $621,C81.36(0?::i0n Lir.e Ite:i-1)

AnL.1c.1ra.Led Lxe.:::c.i.se Gale:C-5/Ul/202,;

?c:::-iod of Pc:::-fo:::-:nancc: C-6/Cl/202( to 051?:1202~

C0n::inued 32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED INSPECTED ACCEPTED AND CONFORMS TO THE CONTRACT EXCEPT AS NO TEO 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 132c. DATE 32d PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32e MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE 33 SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT 37 CHECK NUMBER CORRECT FOR COMPLETE PARTIAL FINAL PARTIAL FINAL 38 S.'R ACCOUNT NUMBER 39 SIR VOUCHER NUMBER 40. PAID BY I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 41~. SIGNATURE ANO TITLE OF CERTIFYING OFFICER 41c DATE 42a RECEIVED BY (Pnnl/

42b RECEIVED AT (Location) 42c. DATE REC'D (YYIMM!DD) 142d TOTAL CONTAINERS STANDARD FORM 1449 (REV. 212012) BACK Page 2 of 62

REFERENCE NO OF DOCUMENT BEING CONTINUED PAGE CONTINUATION SHEET GS~ o:., 2 JBAA/ 3131uo2uc*ou21 3 /1 NAME OF OFFEROR OR CONTRACTOR

?ATHFI:JDER CJNSULTANT2 :..,Le ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (A) (Bl (C) (D) (~) (?)

The 0oligated a~ount ot awa~d: 5444,00C.DC. ~he t0~al t0~ this award is s~0wn in bcx 26.

NSN 7540-01-152-8067 OPTIONAL FORM ]3614-86)

Sponsored by GSA FAR (4B CFR) 53 110 Page 3 of 62

GS-10F-238AA/31310020F0024 SECTION B - SUPPLIES OR SERVICES/PRICES B.1 CONTRACT TYPE This is a Hybrid task order with both firm-fixed-price (per month), and Time and Materials/Labor Hour CLINS.

B.2 NRCB080 CONSIDERATION AND OBLIGATION-FIRM-FIXED-PRICE (AUG 2011) - (FFP)

The total amount of the FFP (Base Period and Exercised Option(s) only) under this task order is $461,340.00 and S444,000 00_is funded.

(End of Clause)

B.3 CONSIDERATION AND OBLIGATION -TIME-AND-MATERIALS CONTRACT (AUG 2011)

(a) The ceiling price to the Government for full performance under this contract is

$105,964 80 (b) The contract includes: (1) direct labor hours at specified fixed hourly rates, inclusive of wages, fringe, overhead, general and administrative expenses, and profit, totaling

$105.964.80; and (2) cost of materials totaling $0.

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

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

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

(End of Clause)

B.4 PRICE SCHEDULE BASE PERIOD OF PERFORMANCE: June 1, 2020 to May 31, 2021 CUN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE OOOlAA FOIA Support Services (Firm Fixed Price) $461,340.00 (b)(4)

  • Pathfinder also understands that this is FFP contact, but conditioned that invoicing for the currently filled 2 positions will commence as FFP and the vacant positions will not be invoiced as FFP until EDD date.

Page 4 of 62

GS-10F-238AA/31310020F0024 OOOlAB FOIA Support Services (Labor Hour) (b)(4) $105,964.80 TOTAL FIRM FIXED PRICE $461,340.00 TOTAL LABOR HOUR PRICE $105,954.80 OPTION PERIOD ONE PERIOD OF PERFORMANCE: June 1, 2021 to May 31, 2022 CLIN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 1001AA FOIA Support Services (Firm Fixed Price) $473,921.28 (b)(4) 1001AB FOIA Support Services (Labor Hour) $108,844.80 TOTAL FIRM FIXED PRICE $473,921.28 TOTAL LABOR HOUR PRICE $108,844.80 OPTION PERIOD TWO PERIOD OF PERFORMANCE: June 1, 2022 to May 31, 2023 CUN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 2001AA FOIA Support Services (Firm Fixed Price) $486,848.52 (b)(4) 2001AB FOIA Support Services (Labor Hour) $111,801.60 TOTAL FIRM FIXED PRICE $486,848.52 TOTAL LABOR HOUR PRICE $111,801.60 OPTION PERIOD THREE PERIOD OF PERFORMANCE: June 1, 2023 to May 31, 2024 CLIN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 3001AA FOIA Support Services (Firm Fixed Price) $500,131.20 (b)(4) 3001AB FOIA Support Services (Labor Hour) $114,854.40 TOTAL FIRM FIXED PRICE $S00,131.20 TOTAL LABOR HOUR PRICE $114,854.40 OPTION PERIOD FOUR PERIOD OF PERFORMANCE: June 1, 2024 to May 31, 2025 CUN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE Page 5 of 62

GS-10F-238AA/31310020F0024 4001AA FOIA Support Services (Firm Fixed Price) $505,094.16 (b)(4) 4001AB FOIA Support Services (Labor Hour) $115,987.20 TOTAL FIRM FIXED PRICE $505,094.16 TOTAL LABOR HOUR PRICE $115,987.20 TOTAL BASE AND ALL OPTIONS AMOUNT (FFP): $2,427,335.16 TOTAL BASE AND ALL OPTIONS AMOUNT (LH): $557,452.80 Page 6 of 62

GS-10F-238AA/31310020F0024 SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK C.1 Title of Project This is a non-personal services task order for Freedom of Information Act (FOIA) Support Services.

C.2 Background The Nuclear Regulatory Commission (NRC) was created as an Independent Agency by Congress in 197 4 to enable the nation to safely use radioactive materials for beneficial civilian purposes while ensuring that people and the environment are protected. It regulates commercial nuclear power plants and other uses of nuclear materials, such as in nuclear medicine, through licensing, inspection and enforcement of its requirements. The NRC includes a headquarters facility in Rockville, Maryland, four regional offices, and one technical training center.

NRC administers policies, programs, and procedures to ensure NRC compliance with the Freedom of Information Act (FOIA) and the Privacy Act (PA). 5 U.S.C. 552 and 5 U.S.C.

552a. NRC's regulations on public records are found in 10 CFR Part 9. The FOIA and PA provide any person the right, enforceable in court, to obtain access to Federal agency records. The objectives of the FOIA and PA are to restrict unauthorized disclosure of personally identifiable records maintained by Federal agencies. FOIA and PA also grant individuals rights of access to agency records maintained on themselves, rights for individuals to seek amendment of agency records maintained on themselves, and require agencies to comply with statutory norms for collection, maintenance, and dissemination of records.

When referenced in this Statement of Work (SOW), the NRC FOIA Team consists of the COR, FOIA Officer, FOIA Specialists, and the contractor. The FOIA Team reviews NRC office responses for their proposed FOIA redactions, including verifying or refuting claims of applicable exemptions, and makes necessary referrals to originating NRC offices, other agencies, or the appropriate business submitters. The FOIA Team also prepares final or partial interim agency responses that comply with the FOIA and with agency policy.

Currently, the FOIA Team uses FOIAonline, a FOIA tracking and processing software, and RedactXpress, a software tool used for the redaction of sensitive information. Access to the two types of software shall be provided to the contractor subsequent to award.

C.3 Objective The objective is to provide FOIA support services to NRC's Governance Enterprise Management Services Division (GEMSD), Information Services Branch (ISB). The support services include communicating with: NRC offices, the Office of the Inspector General (OIG). the Office of General Counsel (OGG). the Office of the Secretary (SECY). the NRC"s four regional offices, as well as with nuclear power plant licensees and other external submitters of information.

Page 7 of 62

GS-10F-238AA/31310020F0024 The contractor shall assist ISB in maintaining a successful FOIA program, which includes the following tasks:

1) Provide technical assistance in processing FOIA requests and appeals in accordance with applicable guidelines listed under C.18 Applicable Publications
2) Provide feedback to the COR and FOIA Officer regarding internal FOIA procedures and desk guide revisions
3) Participate in training events and meetings
4) Provide input to the COR and FOIA Officer regarding NRC FOIA form updates
5) Provide technical assistance for the disposition of FOIA cases per NRC Records Retention Policy
6) Test FOIA processing software
7) Meet reporting requirements Information on the NRC's FOIA program, which includes NRC's FOIA processes and procedures, can be found on this link: https://www.nrc.gov/reading-rm/foia/foia-privacy.html C.4 Scope of Work/Tasks The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this SOW for FOIA support services. The contractor shall perform the following tasks:

C.4.1 Provide technical assistance in processing FOIA requests and appeals The contractor shall provide technical assistance in processing FOIA requests and appeals in accordance with applicable federal and NRC regulations and directives referenced under C.18 Applicable Publications. The contractor shall be knowledgeable of these regulations, which include the Freedom of Information Act and Privacy Act at 5 U.S.C. 552 and 5 U.S.C.

552a, NRC's regulations on Public Records in 10 CFR 9, and the NRC Management Directive 3.1 (FOIA). The contractor shall utilize internal NRC procedures to assist with processing cases and appeals, but shall also have the ability to apply FOIA and Privacy Act exemptions to a variety of responsive records. The contractor shall also use a FOIA processing and redaction software tool provided by the NRC subsequent to task order award.

All new cases and appeals will be assigned from the COR/FOIA Officer to the contractor's Team Lead. The Team Lead shall assign the cases and appeals to the appropriate contractor employee.

The contractor shall communicate with requesters, agency offices, and outside submitters of information to resolve unanswered questions, clarify the scope, and to verify FOIA exemptions. The contractor shall also communicate with the NRC's Office of General Counsel (OGC) regarding legal reviews of FOIA packages, as well as the Office of Enforcement (OE), for any necessary back-end reviews.

The contractor shall comply with the FOIA statute, which mandates that agencies respond within 20 business days to a FOIA request, unless an unusual circumstance applies, i.e., if the request involves a "voluminous" amount of records that must be located, compiled, and reviewed, or consultation is needed with another Federal agency that may have originated Page 8 of 62

GS-10F-238AA/31310020F0024 the information or have a substantial interest in the information. The contractor shall coordinate with the COR/FOIA Officer in these circumstances where a delay may be excused for an additional 10 business days.

Finalize FOIA Responses Each individual contractor employee shall submit his/her completed response directly back to the contractor's Team Lead. The contractor Team Lead shall then review all partial or final responses to a FOIA request before providing the response directly to the COR/FOIA Officer for signature. For OIG, the contractor's Team Lead shall submit cases with responsive records to the OIG for final signature as the COR/FOIA Officer will not provide final signature for this office.

When the COR/FOIA Officer {or OIG) signs off on the final response to the contractors' FOIA cases, the contractor shall submit the processed responsive records to the requesters.

The contractor shall also post processed responsive records via the FOIAonline portal, when the determination has been made by the COR/FOIA Officer that the records are suitable for public posting. The NRC's Document Processing Center {DPC) will then post the records to the public via the Agencywide Documents Access and Management System (ADAMS).

C.4.2 Participate in NRC FOIA Meetings The contractor shall attend the bi-weekly FOIA Team meetings along with the COR/FOIA Officer and other federal staff on the FOIA Team. The contractor shall also attend periodic FOIA Coordinator meetings.

The contractor shall record notes from these meetings, save them in a restricted location designated by the COR, and submit a meeting note summary to the COR/FOIA Officer within two business days following the meeting.

C.4.3 Contribute to the NRC's Internal FOIA Procedure and Desk Guide Revisions Per COR/FOIA Officer request, the contractor shall revise internal FOIA procedures and the FOIA desk guide. The contractor shall contribute to internal FOIA procedures and the FOIA desk guide as they are revised by the NRC FOIA Team. The internal procedures are used by both contractors and federal staff such as NRC FOIA Coordinators who are involved with processing FOIA requests.

C.4.4 Contribute to FOIA Training Events NRC's FOIA Team sponsors annual agency-wide training events where information is shared via presentations and handouts. The contractor shall contribute to these events by writing and participating in presentations, and by writing educational handouts for NRC training attendees. The contractor shall submit the draft presentation materials within five business days prior to the training event, and make any COR requested changes to the presentation. The contractor shall submit the final presentation materials within one business day prior to the training event. At the training event, contractor employees shall identify themselves as contractors in order for training attendees to distinguish between NRC employees and contractor staff.

C.4.5 Contribute to NRC FOIA Form Updates Page 9 of 62

GS-10F-238AA/31310020F0024 The FOIA Team utilizes a number of agency forms during the lifecycle of case processing.

The FOIA Officer will periodically review and update the forms with the contractor, when requested by the COR. The contractor shall contribute to updating the forms and submit the updated forms to the COR for review and approval. After the forms are approved by the COR, the COR will distribute the updated forms to designated NRC staff.

C.4.6 Provide technical assistance in the disposition of FOIA cases, per NRC Records Retention Policy Per agency records retention policy, the FOIA Team retains the FOIA case and appeal files for six years after the case and appeal (if applicable), is closed. The case files are located on a restricted drive, or held in a restricted file room within restricted file cabinets only accessible to the FOIA Team. The contractor shall provide technical assistance in the disposition of FOIA cases, per the NRC records retention policy, and after receiving approval by the COR that the FOIA case can be destroyed.

C.4.7 Test FOIA Processing Software At certain times, the FOIA Team will be asked by ISB to test specific functionalities or access to the FOIA software. The contractor shall contribute to this testing, in coordination with the COR, and comply with NRC's Office of the Chief Information Officer (OCIO) policy standards.

C.4.8 Contribute to Internal and External Metrics Reporting and Ad Hoc Reports The FOIA Team is required to provide input for yearly and quarterly internal and external metrics reports. The contractor shall provide input to these reporting requirements, per COR/FOIA Officer direction. The contractor shall also contribute to ad hoc reports, when requested by the COR/FOIA Officer. For example, the contractor shall contribute to the annual and quarterly Department of Justice FOIA report and work at the direction of the COR/FOIA Officer for finalizing and posting the report.

C.4.9 Provide Weekly Status Reports The contractor shall use NRC's FOIA processing software {i.e., FOIAonline) and pull weekly data each Friday to include in the Weekly Status Report. The contractor shall submit the Weekly Status Report to the COR/FOIA Officer no later than two business days following the end of each week.

The report shall contain a list of new FOIA cases that were received by the FOIA Team as well as FOIA cases that were closed during the week. The report shall also contain the following:

  • Start and end date of the week that corresponds to the data
  • New FOIA cases: Description (i.e., subject) of the FOIA case with the assigned FOIA case number
  • Closed cases: Subject of the FOIA case, case number, and the FOIA specialist who closed the case
  • Percentage of FOIA cases on back-log. The percentage shall be based on the total number of open FOIA cases Page 1o of 62

GS-10F-238AA/31310020F0024 C.4.10 Perform Ongoing FOIA Duties in Compliance with NRG and Federal Policies The contractor shall perform the following daily tasks/activities:

  • Follow NRG and federal regulations, policies, and procedures.
  • Report performance issues to the COR/FOIA Officer.
  • Complete processing FOIA (and PA) requests within the statuary requirements using the NRC's current FOIA software.
  • Maintain complete and detailed case notes.
  • Log in new, incoming FOIA requests and appeals, per the COR/FOIA Officer.
  • Track incoming requests and appeals and submit the appropriate ADAMS form so that the NRC's DPC will adequately post the information to the public.

C.5 Reporting Requirements There are no report formatting requirements under this task order. For ad hoc reports, the COR will provide technical direction on how the reports shall be completed by the contractor.

C.6 List of Deliverables Contractor deliverables include the following items below. Presentations or other materials for training events will be reviewed by the COR/FOIA Officer prior to the event. Training material shall only contain factual information, not the opinions of the contractor or the contractor employees. The contractor shall save the deliverables on the NRC's network drive, on a location designated by the COR subsequent to task order award, for use by the entire FOIA Team.

The contractor shall submit signed Non-Disclsoure Agreements (see Attachment A) for each individual contractor employee assigned to this contract as well as an agreement signed on behalf of the contractor, i.e., a signed copy of the company's Non-Disclosure Agreement.

Section# Deliverable Due Date Format Submit to C.4.2 Meeting No Later Than Microsoft Word or COR/FOIA Summary (NLT) 2 business Email Officer days following each meeti nq C.4.3 FOIA Procedure Ongoing and TBD Microsoft Word COR/FOIA and Desk Guide subsequent to Officer Revisions task order award C.4.4 Draft NL T 5 business Microsoft Word or COR/FOIA Presentation days prior to the Microsoft Officer Material presentation PowerPoint C.4.4 Final NL T 1 business Microsoft Word or COR/FOIA Presentation day prior to the Microsoft Officer Material presentation PowerPoint C.4.5 NRC Form Ongoing and TBD TBD by COR/FOIA Updates subsequent to COR/FOIA Officer Officer task order award subsequent to task order award Page 11 of62

GS-10F-238AA/31310020F0024 C.4.8 Ad Hoc Reports Ongoing and TBD TBD by COR/FOIA subsequent to COR/FOIA Officer Officer task order award subsequent to task order award C.4.9 Weekly Status NL T 2 business Microsoft Word or COR/FOIA Report days following the Adobe PDF Officer end of the week Attachment A Non-Disclosure NLT 15 business Microsoft Word or COR Agreement days after task Adobe PDF order award C.7 Required Materials, Facilities, Hardware/Software Not Applicable. The Government will provide the materials, facilities, hardware, and software required to pertorm work under this contract.

C.8 Release of Publications Any documents generated by the contractor under this task order shall not be released for publication or dissemination without CO and COR prior written approval.

C.9 Certification and License Requirements Not Applicable. Professional certifications and/or licenses are not required under this contract.

C.10 Key Personnel and Qualification Requirements Not Applicable C.11 General-Contractor Personnel Contractor Employees The contractor shall not employ persons for work on this contract if such employee is considered by the Contracting Officer (CO) to be a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population.

Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. Contractor personnel attending meetings, answering phones, and working in other situations where their status is not obvious are required to identify themselves as such to avoid creating the impression that they are Government officials.

The contractor shall not employ any person who is an employee of the U.S. Government if employing that person would create a conflict of interest. Additionally, the contractor shall not employ any person who is an employee of the NRC.

The contractor shall have knowledge and experience with, but not limited to, the federal regulations and directives under C.18 Applicable Publications.

Page 12 of 62

GS-10F-238AA/31310020F0024 C.12 Contractor Travel Not Applicable C.13 Data Rights The NRC shall have unlimited rights to and ownership of all deliverables provided under this task order, including reports, recommendations, briefings, work plans and all other deliverables. All documents and materials produced under this task order 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 prior 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.

C.14 Section 508- Electronic and Information Technology Standards C.14.1 Introduction In December 2000, the Architectural and Transportation Barriers Compliance Board (Access Board) pursuant to Section 508(2)(A) of the Rehabilitation Act Amendments of 1998, established electronic and information technology (EIT) accessibility standards for the federal government.

The Standards for Section 508 of the Rehabilitation Act (codified at 36 CFR § 1194) were revised by the Access Board, published on January 18, 2017 and minor corrections were made on January 22, 2018, effective March 23, 2018.

The Revised 508 Standards have replaced the term EIT with information and communication technology (ICT). ICT is information technology (as defined in 40 U.S.C.

11101 (6)) and other equipment, systems, technologies, or processes, for which the principal function is the creation, manipulation, storage, display, receipt, or transmission of electronic data and information, as well as any associated content. Examples of ICT include, but are not limited to: Computers and peripheral equipment; information kiosks and transaction machines; telecommunications equipment; customer premises equipment; multifunction office machines; software; applications; Web sites; videos; and, electronic documents.

The text of the Revised 508 Standards can be found in 36 CFR § 1194.1 and in Appendices A, C and D of 36 CFR § 1194 (at https://www.ecfr.gov/cgi-bin/text-idx? S ID=cae b8dd cea2 6 ba50 02c2eea 04 76 98e 85& mc=tru e& tp I=/ecfrb rowse/Titl e36/36cf r11 94 main 02.tpl).

C.14.2 General Requirements In order to help the NRC comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. § 794d)(Section 508), the Contractor shall ensure that its deliverables (both products and services) within the scope of this contract/order are

1. in conformance with, and
2. support the requirements of the Standards for Section 508 of the Rehabilitation Act, as set forth in Appendices A, C and D of 36 CFR § 1194.

C.14.3 Applicable Provisions of the Revised 508 Standards The following is an outline of the Revised 508 Standards that identifies what provisions are always applicable and which ones may be applicable. If "Maybe" is stated in the table below, then those provisions are applicable only if they are within the scope of this Page 13 of 62

GS-10F-238AA/31310020F0024 acquisition.

Applicable to the Provision of 36 CFR Part 1194 ContracUOrder?

Yes

  • AQQendix A to Part 1194 - Section 508 of the Rehabilitation Act:

Annlication and Scocina Renuirements 0 Section 508 Chapter 1: Application and Administration - sets Yes forth aeneraf ann/ication and administration orovisions 0 Section 508 Chapter 2: Scoping Requirements - containing scoping requirements (which, in turn, prescribe which JCT -

Yes and, in some cases, how many- must comply with the technical specifications)

No

  • AmJendix C to Part 1194 - Functional Performance Criteria and Technical Reauirements 0 Chapter 3: Functional Performance Criteria - applies to /CT where required by 508 Chapter 2 (Scoping Requirements)

No and where otherwise referenced in any other chapter of the Revised 508 Standards No 0 Chapter 4: Hardware No 0 Chapter 5: Software 0 Chapter 6: Support Documentation and Services (applicable to, but not limited to, help desks, call centers, training No services, and automated self-service technical support)

(Alwavs ann/ies if Chaoters 4 or 5 ann/ul Yes 0 Chaoter 7: Referenced Standards No

  • A121:1endix D to Part 1194 - Electronic and Information Technology Accessibility Standards as Originally Published on December 21, 2000 Refer to Chapter 2 (Scoping Requirements) first to confirm what provisions in Appendix C apply in a particular case. Section E203.2 applies only to the NRC, except as specified below.

C.14.4 Exceptions N/A C.14.4.1 Legacy ICT N/A C.14.4.2 Undue Burden N/A C.14.4.3 Fundamental Alteration or Best Meets N/A C.14.4.4 National Security Systems Page 14 of 62

GS-10F-238AA/31310020F0024 N/A C.14.4.5 ICT Functions Located in Maintenance or Monitoring Spaces N/A C.14.5 Additional Requirements N/A C.14.5.1 Notification Due to Impact from NRC Policies, Procedures, Tools and/or ICT Infrastructure If and when 1) the Contractor is dependent upon NRC policies, procedures, tools and/or ICT infrastructure for Revised-508-Standards-conformant delivery of any of the products or services under this acquisition, and 2) the Contractor is aware that conformance of products or services will be negatively impacted by capability gaps in NRC policies, procedures, tools and/or ICT infrastructure, the Contractor shall inform the COR so that the NRC can both be aware and take corrective action.

C.14.5.2 Accessibility of Electronic Content For electronic content (as defined in section E103 of 36 CFR § 1194) deliverables of this contract/order:

1. If a deliverable is in the form of an Adobe Portable Document Format (PDF) file and is either Public Facing or Agency Official Communication (as defined in sections E103 and E205.3 of 36 CFR § 1194, respectively) the Contractor shall ensure that it conforms to both section E205.4 of 36 CFR § 1194 and ISO 14289-1 (PDF/UA-1)
2. Unless the Contractor requests and obtains advance written approval from the COR for a specific deliverable or class of deliverables, the contractor shall ensure that
a. deliverables that are not Public Facing and not Agency Official Communication (as defined in sections E103 and E205.3 of 36 CFR § 1194, respectively) shall conform to section E205.4 of 36 CFR § 1194
b. deliverables that are in the form of PDF files, are not Public Facing and are not Agency Official Communication (as defined in sections E103 and E205.3 of 36 CFR § 1194, respectively) shall conform to section E205.4 of 36 CFR § 1194 and ISO 14289-1 (PDF/UA-1 ).

Exception: Content requested under FOIA does not need to be made accessible if it is not already, but the contractor must follow the NRC processes and use the redaction tools in a way that maximizes the accessibility of the delivered electronic FOIA content.

C.14.5.3 Other It is desirable that the Contractor address the applicable provisions of the Revised 508 Standards throughout product and service lifecycles rather than only performing a conformance check toward the end of a process.

If and when the Contractor provides custom ICT development services pursuant to this acquisition, the Contractor shall ensure the ICT products and services fully support the applicable provisions of the Revised 508 Standards prior to delivery and before final acceptance.

If and when the scope of this contract/order includes work by the Contractor to collect, Page 15 of 62

GS-10F-238AA/31310020F0024 directly from NRC employees or the Public, requirements for the procurement, development, maintenance or use of ICT the Contractor shall identify the needs of users with disabilities in conformance to section E203.2.

C.14.6 ICT Accessibility Deliverables The Contractor shall provide the following ICT accessibility deliverables, when within the scope of this contract/order.

C.14.6.1 Accessibility Conformance Report (ACR)

N/A C.14.6.2 Supplemental Accessibility Report (SAR)

N/A C.14.6.3 ICT Support Documentation N/A C.14.6.4 ICT Support Documentation (Alternate Formats)

N/A C.14.6.5 Document Accessibility Checklist N/A C.14.6.6 Communication to ICT Users N/A C.15 Applicable Publications {Current Editions)

The contractor shall comply with the following applicable regulations, publications, manuals, and local policies and procedures:

1. NRC Management Directive 3.1 ("FOIA"),

https://www.nrc.gov/docs/ML 1807/ML18073A085.pdf

2. The most current version of the Freedom of Information Act (FOIA),

https://www.nrc.gov/reading-rm/foia/foiastat.html, and the Privacy Act (5 U.S.C. 552 and 5 U.S.C. 552a), https://www.nrc.gov/reading-rm/foia/privstat.html

3. 10 CFR Part 9 ("Public Records"), https://www.nrc.gov/reading-rm/doc-collections/cfr/part009/
4. Department of Justice Guide to the Freedom of Information Act, htt ps ://www. justice. gov/oi p/d oj-q u ide-freedom-informatio n-act-0 Page 16 of 62

GS-10F-238AA/31310020F0024 SECTION D - Packaging and Marking D.1 BRANDING The Contractor is required to use the statement below in any publications, presentations, articles, products, or materials funded under this task order/order, to the extent practical, in order to provide NRG with recognition for its involvement in and contribution to the project. If the work performed is funded entirely with NRG funds, then the contractor must acknowledge that information in its documentation/presentation.

Work Supported by the U.S. Nuclear Regulatory Commission (NRC), Office of the Chief Information Officer (OCIO), under GSA Schedule Contract No. [GS-1 0F-238AA] Order No.

[31310020F0024].

D.2 PACKAGING AND MARKING (a) The Contractor shall package material for shipment to the NRC 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 GSA Schedule and NRC task order numbers under which the product is being provided.

(c) Additional packaging and/or marking requirements are as follows: may be specified by the NRC COR.

Page 17 of 62

GS-10F-238AA/31310020F0024 SECTION E - Inspection and Acceptance See the contractor's GSA Schedule contract.

Page 18 of 62

GS-10F-238AA/31310020F0024 SECTION F - Deliveries or Performance F.1 TASK ORDER PERIOD OF PERFORMANCE BASE PERIOD 06/01/2020 to 05/31/2021 OPTION PERIOD ONE 06/01/2021 to 05/31/2022 OPTION PERIOD TWO 06/01/2022 to 53/31/2023 OPTION PERIOD THREE 06/01/2023 to 05/31/2024 OPTION PERIOD FOUR 06/01/2024 to 05/31/2025 F.2 PLACE OF PERFORMANCE The work to be performed under this task order shall be performed at the following location:

NRC Headquarters 11555 Rockville Pike Rockville, Maryland 20555 F.3 RECOGNIZED HOLIDAYS Contractor personnel are not required to perform onsite on the Federal holidays identified below. Contractor personnel shall comply with their company's policies and procedures regarding their work status on these days.

New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day F.4 HOURS OF OPERATION The contractor is responsible for providing FOIA support services at NRG Headquarters for 8 business hours per day with a work schedule between the hours of 6:00 am (earliest start time) and 6:00 pm (latest exit time) Eastern Time (ET), Monday thru Friday, except Federal holidays or when the Government facility is closed due to local or national emergencies or Executive Order. For closings due to inclement weather, or for administrative closings where telework is an option, the contractor shall continue to provide support for NRG staff by working at an offsite location, per COR/FOIA Officer direction.

The contractor shall at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this SOW when the Government facility is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the workforce are essential.

Page 19 of 62

GS-10F-238AA/31310020F0024 SECTION G - Task Order Administration Data G.1 REGISTRATION IN FEDCONNECT (JULY 2014)

The Nuclear Regulatory Commission (NRC) uses Compusearch Software Systems' secure and auditable two-way web portal, FedConnect, to communicate with vendors and Contractors.

FedConnect provides bi-directional communication between the vendor/Contractor and the NRC throughout pre-award, award, and post-award acquisition phases. Therefore, in order to do business with the NRC, vendors and Contractors must register to use FedConnect at https://www.fedconnect.net/FedConnect. The individual registering in FedConnect must have authority to bind the Contractor. There is no charge for using FedConnect.

Assistance with FedConnect is provided by Compusearch Software Systems, not the NRC. FedConnect contact and assistance information is provided on the FedConnect web site at https://www.fedconnect.neVFedConnect.

G.2 ELECTRONIC PAYMENT (SEP 2014)

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 Billing Instructions. Claims shall be submitted on the payee's letterhead, invoice, or on the Government's Standard Form 1034, "Public Voucher for Purchases and Services Other than Personal," and Standard Form 1035, "Public Voucher for Purchases Other than Personal -

G.3 CONTRACTING OFFICER"S REPRESENTATIVE (a) The contracting officer's representative, hereinafter referred to as the COR for this task order is:

Name: Karen Danoff (COR)

Email Address: Karen Danoff@nrc.gov Telephone Number: 301-415-5072 Name: Stephanie Blaney (AL TERNA TE COR)

Email Address: Stephanie Blaney@nrc.gov Telephone Number: 301-415-6975 (b) Performance of the work under this task order is subject to the technical direction of the NRC COR. The term technical direction is defined to include the following:

(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.

Page 20 of 62

GS-10F-238AA/31310020F0024 (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 task order, approve technical reports, drawings, specifications, and technical information to be delivered by the contractor to the Government under the task order.

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

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 task order.

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

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

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

(5) Terminates the task order, settles any claim or dispute arising under the task order, 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 COR 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 task order accordingly. Upon receiving the notification from the contractor, the contracting officer shall issue an appropriate task order 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 task order.

(h) A failure of the parties to agree upon the nature of the instruction or direction or upon the task order action to be taken with respect to the instruction or direction is subject to 52.233-1

- Disputes.

(i) In addition to providing technical direction as defined in paragraph (b) of the section, the Page 21 of 62

GS-10F-238AA/31310020F0024 COR 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 task order.

G.4 GOVERNMENT FURNISHED EQUIPMENT/PROPERTY (AUG 2011)

(a) The NRC will provide the contractor with the following items for use under this contract 1.

2 3

Include an asterisk(*) if the item also applies to paragraph (b) below.

(b) The equipment/property listed below is hereby transferred from contract/agreement number:

NRC-HQ-10-14-E-0005; NRC-HO-10-14-T-0001 to contract/agreement number:

GS10F238AA; 31310020F0024:

1. Laptop (Serial#: 61614G) 2 .. Laptop (Serial#: 61642G)
3. Power Cords (2 Ea.)
4. Mouse (2 Ea.)

(c) Only the equipment/property listed above in the quantities shown will be provided by the Government. The contractor shall be responsible and accountable for all Government property provided under this contract and shall comply with the provisions of the FAR Government Property Clause under this contract and FAR Subpart 45.5, as in effect on the date of this contract. The contractor shall investigate and provide written notification to the NRC Contracting Officer (CO) and the NRC Division of Facilities and Security, Physical Security Branch of all cases of loss, damage, or destruction of Government property in its possession or control not later than 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> after discovery. The contractor must report stolen Government property to the local police and a copy of the police report must be provided to the CO and to the Division of Facilities and Security, Office of Administration.

(d) All other equipment/property required in performance of the contract shall be furnished by the Contractor.

(End of Clause)

Page 22 of 62

GS-10F-238AA/31310020F0024 SECTION H - Special Requirements H.1 2052.204-70 SECURITY (OCT 1999)

(a) Security/Classification Requirements Form. The attached NRC Form 187 (See List of Attachments) furnishes the basis for providing security and classification requirements to prime contractors, subcontractors, or others (e.g., bidders) who have or may have an NRC contractual relationship that requires access to classified information or matter, access on a continuing basis (in excess of 90 or more days) to NRC Headquarters controlled buildings, or otherwise requires NRC photo identification or card-key badges.

(b) It is the contractor's duty to safeguard National Security Information, Restricted Data, and Formerly Restricted Data. The contractor shall, in accordance with the Commission's security regulations and requirements, be responsible for safeguarding National Security Information, Restricted Data, and Formerly Restricted Data, and for protecting against sabotage, espionage, loss, and theft, the classified documents and material in the contractor's possession in connection with the performance of work under this task order.

Except as otherwise expressly provided in this task order, the contractor shall transmit to the Commission any classified matter in the possession of the contractor or any person under the contractor's control in connection with performance of this task order upon completion or termination of this task order.

(1) The contractor shall complete a certificate of possession to be furnished to the Commission specifying the classified matter to be retained if the retention is:

(i) Required after the completion or termination of the task order; and (ii) Approved by the contracting officer.

(2) The certification must identify the items and types or categories of matter retained, the conditions governing the retention of the matter and their period of retention, if known. If the retention is approved by the contracting officer, the security provisions of the task order continue to be applicable to the matter retained.

(c) In connection with the performance of the work under this task order, the contractor may be furnished, or may develop or acquire, proprietary data (trade secrets) or confidential or privileged technical, business, or financial information, including Commission plans, policies, reports, financial plans, internal data protected by the Privacy Act of 197 4 (Pub. L.93-579),

or other information which has not been released to the public or has been determined by the Commission to be otherwise exempt from disclosure to the public. The contractor agrees to hold the information in confidence and not to directly or indirectly duplicate, disseminate, or disclose the information, in whole or in part, to any other person or organization except as necessary to perform the work under this task order. The contractor agrees to return the information to the Commission or otherwise dispose of it at the direction of the contracting officer. Failure to comply with this clause is grounds for termination of this task order.

(d) Regulations. The contractor agrees to conform to all security regulations and requirements of the Commission which are subject to change as directed by the NRC Division of Facilities and Security and the Contracting Officer. These changes will be under the authority of the FAR Changes clause referenced in Section I of this document.

Page 23 of 62

GS-10F-238AA/31310020F0024 (e) Definition of National Security Information. As used in this clause, the term National Security Information means information that has been determined pursuant to Executive Order 12958 or any predecessor order to require protection against unauthorized disclosure and that is so designated.

(f) Definition of Restricted Data. As used in this clause, the term Restricted Data means all data concerning design, manufacture, or utilization of atomic weapons; the production of special nuclear material; or the use of special nuclear material in the production of energy, but does not include data declassified or removed from the Restricted Data category under to Section 142 of the Atomic Energy Act of 1954, as amended.

(g) Definition of Formerly Restricted Data. As used in this clause the term Formerly Restricted Data means all data removed from the Restricted Data category under Section 142-d of the Atomic Energy Act of 1954, as amended.

(h) Security clearance personnel. The contractor may not permit any individual to have access to Restricted Data, Formerly Restricted Data, or other classified information, except in accordance with the Atomic Energy Act of 1954, as amended, and the Commission's regulations or requirements applicable to the particular type or category of classified information to which access is required. The contractor shall also execute a Standard Form 312, Classified Information Nondisclosure Agreement, when access to classified information is required.

(i) Criminal liabilities. Disclosure of National Security Information, Restricted Data, and Formerly Restricted Data relating to the work or services ordered hereunder to any person not entitled to receive it, or failure to safeguard any Restricted Data, Formerly Restricted Data, or any other classified matter that may come to the contractor or any person under the contractor's control in connection with work under this task order, may subject the contractor, its agents, employees, or subcontractors to criminal liability under the laws of the United States. (See the Atomic Energy Act of 1954, as amended, 42 U.S.C. 2011 et seq.; 18 U.S.C. 793 and 794; and Executive Order 12958.)

U) Subcontracts and purchase orders. Except as otherwise authorized, in writing, by the contracting officer, the contractor shall insert provisions similar to the foregoing in all subcontracts and purchase orders under this task order.

(k) In performing task order work, the contractor shall classify all documents, material, and equipment originated or generated by the contractor in accordance with guidance issued by the Commission. Every subcontract and purchase order issued under the task order that involves originating or generating classified documents, material, and equipment must provide that the subcontractor or supplier assign the proper classification to all documents, material, and equipment in accordance with guidance furnished by the contractor.

H.2 2052.204-71 SITE ACCESS BADGE REQUIREMENTS (JAN 1993)

During the life of this task order, the rights of ingress and egress for contractor personnel must be made available as required. In this regard, all contractor personnel whose duties under this task order require their presence on-site shall be clearly identifiable by a distinctive badge furnished by the Government. The NRC COR shall assist the contractor in obtaining the badges for contractor personnel. It is the sole responsibility of the contractor to ensure that each employee has proper identification at all times. All prescribed identification Page 24 of 62

GS-10F-238AA/31310020F0024 must be immediately delivered to the Security Office for cancellation or disposition upon the termination of employment of any contractor personnel. Contractor personnel shall have this identification in their possession during on-site performance under this task order. It is the contractor's duty to assure that contractor personnel enter only those work areas necessary for performance of task order work and to assure the safeguarding of any Government records or data that contractor personnel may come into contact with.

H.3 2052.209-72 CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST (JAN 1993)

(a) Purpose. The primary purpose of this clause is to aid in ensuring that the contractor:

(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 task order; and (2) Does not obtain an unfair competitive advantage over other parties by virtue of its performance of this task order.

(b) Scope. The restrictions described apply to performance or participation by the contractor, as defined in 48 CFR 2009.570-2 in the activities covered by this clause.

(c) Work for others.

(1) Notwithstanding any other provision of this task order, during the term of this task order, the contractor agrees to forego entering into consulting or other contractual arrangements with any firm or organization the result of which may give rise to a conflict of interest with respect to the work being performed under this task order. The contractor shall ensure that all employees under this task order abide by the provision of this clause. If the contractor has reason to believe, with respect to itself or any employee, that any proposed consultant or other contractual arrangement with any firm or organization may involve a potential conflict of interest, the contractor shall obtain the written approval of the contracting officer before the execution of such contractual arrangement.

(2) The contractor may not represent, assist, or otherwise support an NRC licensee or applicant undergoing an NRC audit, inspection, or review where the activities that are the subject of the audit, inspection, or review are the same as or substantially similar to the services within the scope of this task order (or task order as appropriate) except where the NRC licensee or applicant requires the contractor's support to explain or defend the contractor's prior work for the utility or other entity which NRC questions.

(3) When the contractor performs work for the NRC under this task order at any NRC licensee or applicant site, the contractor shall neither solicit nor perform work in the same or similar technical area for that licensee or applicant organization for a period commencing with the award of the task order or beginning of work on the site (if not a task order task order) and ending one year after completion of all work under the associated task order, or last time at the site (if not a task order task order).

(4) When the contractor performs work for the NRC under this task order at any NRC licensee or applicant site, (i) The contractor may not solicit work at that site for that licensee or applicant during the Page 25 of 62

GS-10F-238AA/31310020F0024 period of performance of the task order, as appropriate.

(ii) The contractor may not perform work at that site for that licensee or applicant during the period of performance of the task order, as appropriate, and for one year thereafter.

(iii) Notwithstanding the foregoing, the contracting officer may authorize the contractor to solicit or perform this type of work (except work in the same or similar technical area) if the contracting officer determines that the situation will not pose a potential for technical bias or unfair competitive advantage.

(d) Disclosure after award.

(1) The contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in this task order, that it does not have any organizational conflicts of interest as defined in 48 CFR 2009.570-2.

(2) The contractor agrees that if, after award, it discovers organizational conflicts of interest with respect to this task order, 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 NRG may, however, terminate the task order if termination is in the best interest of the Government.

(3) It is recognized that the scope of work of a task-order-type task order necessarily encompasses a broad spectrum of activities. Consequently, if this is a task-order-type task order, the contractor agrees that it will disclose all proposed new work involving NRC licensees or applicants which comes within the scope of work of the underlying task order.

Further, if this task order involves work at a licensee or applicant site, the contractor agrees to exercise diligence to discover and disclose any new work at that licensee or applicant site. This disclosure must be made before the submission of a bid or proposal to the utility or other regulated entity and must be received by the NRC at least 15 days before the proposed award date in any event, unless a written justification demonstrating urgency and due diligence to discover and disclose is provided by the contractor and approved by the contracting officer. The disclosure must include the statement of work, the dollar value of the proposed task order, and any other documents that are needed to fully describe the proposed work for the regulated utility or other regulated entity. NRC may deny approval of the disclosed work only when the NRC has issued a task order which includes the technical area and, if site-specific, the site, or has plans to issue a task order which includes the technical area and, if site-specific, the site, or when the work violates paragraphs (c)(2),

(c)(3) or (c)(4) of this section.

(e) Access to and use of information.

(1) If, in the performance of this task order, the contractor obtains access to information, such as NRC plans, policies, reports, studies, financial plans, internal data protected by the Privacy Act of 1974 (5 U.S.C. Section 552a (1988)), or the Freedom of Information Act (5 U.S.C. Section 552 (1986)), the contractor agrees not to:

(i) Use this information for any private purpose until the information has been released to the public; (ii) Compete for work for the Commission based on the information for a period of six Page 26 of 62

GS-10F-238AA/31310020F0024 months after either the completion of this task order or the release of the information to the public, whichever is first; (iii) Submit an unsolicited proposal to the Government based on the information until one year after the release of the information to the 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 (5 U.S.C. Section 552a (1988)),

or the Freedom of Information Act (5 U.S.C. Section 552 (1986)), or other confidential or privileged technical, business, or financial information under this task order, the contractor shall treat the information in accordance with restrictions placed on use of the information.

(3) Subject to patent and security provisions of this task order, the contractor shall have the right to use technical data it produces under this task order for private purposes provided that all requirements of this task order have been met.

(f) Subcontracts. Except as provided in 48 CFR 2009.570-2, the contractor shall include this clause, including this paragraph, in subcontracts of any tier. The terms task order, contractor, and contracting officer, must be appropriately modified 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 required to be disclosed concerning this task order or for such erroneous representations that necessarily imply bad faith, the Government may terminate the task order for default, disqualify the contractor from subsequent contractual efforts, and pursue other remedies permitted by law or this task order.

(h) Waiver. A request for waiver under this clause must be directed in writing to the contracting officer in accordance with the procedures outlined in 48 CFR 2009.570-9.

(i) Follow-on effort. The contractor shall be ineligible to participate in NRG contracts, subcontracts, or proposals therefor {solicited or unsolicited) which stem directly from the contractor's performance of work under this task order. Furthermore, unless so directed in writing by the contracting officer, the contractor may not perform any technical consulting or management support services work or evaluation activities under this task order on any of its products or services or the products or services of another firm if the contractor has been substantially involved in the development or marketing of the products or services.

(1) If the contractor under this task order, prepares a complete or essentially complete statement of work or specifications, the contractor is not eligible to perform or participate in the initial contractual effort which is based on the statement of work or specifications. The contractor may not incorporate its products or services in the statement of work or specifications unless so directed in writing by the contracting officer, in which case the restrictions in this paragraph do not apply.

(2) Nothing in this paragraph precludes the contractor from offering or selling its standard commercial items to the Government.

Page 27 of 62

GS-1OF-238AA/31310020F0024 H.4 KEY PERSONNEL (JAN 1993)

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

1.~1_ _ _ _ _(b_)_(6_)- - - - ~

The contractor agrees that personnel may not be removed from the task order 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 task order for a continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the quotation 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 contracting officer's representative 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 task order 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 task order or the service order, the task order 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 task order price or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, or damage.

H.5 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENT/REMITTANCE ADDRESS The Debt Collection Improvement Act of 1996 requires that all Federal payments except IRS tax refunds be made by Electronic Funds Transfer. It is the policy of the Nuclear Regulatory Commission to pay government vendors by the Automated Clearing House (ACH) electronic funds transfer payment system. Item 15C of the Standard Form 33 may be disregarded.

H.6 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR ANO 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 42 U.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 Page 28 of 62

GS-10F-238AA/31310020F0024 and the Department of Labor (DOL). See, for example, DOL Procedures on Handling Complaints at 29 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, NRG 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 task order.

H.7 SECURITY REQUIREMENTS RELATING TO THE PRODUCTION OF REPORT(S)

OR THE PUBLICATION OF RESULTS UNDER CONTRACTS, AGREEMENTS, AND GRANTS Review and Approval of Reports (a) Reporting Requirements. The contractor/grantee shall comply with the terms and conditions of the task order/grant regarding the contents of the draft and final report, summaries, data, and related documents, to include correcting, deleting, editing, revising, modifying, formatting, and supplementing any of the information contained therein, at no additional cost to the NRC. Performance under the task order/grant will not be deemed accepted or completed until it complies with the NRG's directions. The reports, summaries, data, and related documents will be considered draft until approved by the NRG. The contractor/grantee agrees that the direction, determinations, and decisions on approval or disapproval of reports, summaries, data, and related documents created under this task order/grant remain solely within the discretion of the NRC.

(b) Publication of Results. Prior to any dissemination, display, publication, or release of articles, reports, summaries, data, or related documents developed under the task order/grant, the contractor/grantee shall submit them to the NRG for review and approval.

The contractor/ grantee shall not release, disseminate, display or publish articles, reports, summaries, data, and related documents, or the contents therein, that have not been reviewed and approved by the NRG for release, display, dissemination or publication. The contractor/grantee agrees to conspicuously place any disclaimers, markings or notices, directed by the NRC, on any articles, reports, summaries, data, and related documents that the contractor/grantee intends to release, display, disseminate or publish to other persons, the public, or any other entities. The contractor/grantee agrees, and grants, a royalty-free, nonexclusive, irrevocable worldwide license to the government, to use, reproduce, modify, distribute, prepare derivative works, release, display or disclose the articles, reports, summaries, data, and related documents developed under the task order/grant, for any governmental purpose and to have or authorize others to do so.

(c) Identification/Marking of Sensitive Unclassified Non-Safeguards Information (SUNSI) and Safeguards Information (SGI). The decision, determination, or direction by the NRC that Page 29 of 62

GS-10F-238AA/31310020F0024 information possessed, formulated or produced by the contractor/grantee constitutes SUNSI or SGI is solely within the authority and discretion of the NRC. In performing the task order/grant, the contractor/grantee shall clearly mark SUNSI and SGI, to include for example, QUO-Allegation Information or QUO-Security Related Information on any reports, documents, designs, data, materials, and written information, as directed by the NRC. In addition to marking the information as directed by the NRC, the contractor shall use the applicable NRG cover sheet (e.g., NRG Form 461 Safeguards Information) in maintaining these records and documents. The contractor/grantee shall ensure that SUNSI and SGI is handled, maintained and protected from unauthorized disclosure, consistent with NRC policies and directions. The contractor/grantee shall comply with the requirements to mark, maintain, and protect all information, including documents, summaries, reports, data, designs, and materials in accordance with the provisions of Section 147 of the Atomic Energy Act of 1954 as amended, its implementing regulations {10 CFR 73.21), Sensitive Unclassified Non-Safeguards and Safeguards Information policies, and NRC Management Directives and Handbooks 12.5, 12.6 and 12.7.

{d) Remedies. In addition to any civil, criminal, and contractual remedies available under the applicable laws and regulations, failure to comply with the above provisions, and/or NRC directions, may result in suspension, withholding, or offsetting of any payments invoiced or claimed by the contractor/grantee.

(e) Flowdown. If the contractor/grantee intends to enter into any subcontracts or other agreements to perform this task order/grant, the contractor/grantee shall include all of the above provisions in any subcontracts or agreements.

H.8 NRC INFORMATION TECHNOLOGY SECURITY NRC contractors shall ensure that their employees, consultants, and subcontractors with access to the agency's information technology {IT) equipment and/or IT services complete NRC's online initial and refresher IT security training requirements to ensure that their knowledge of IT threats, vulnerabilities, and associated countermeasures remains current.

Both the initial and refresher IT security training courses generally last an hour or less and can be taken during the employee's regularly scheduled work day.

Contractor employees, consultants, and subcontractors shall complete the NRC's online annual, "Computer Security Awareness" course on the same day that they receive access to the agency's IT equipment and/or services, as their first action using the equipmenUservice.

For those contractor employees, consultants, and subcontractors who are already working under this task order, the on-line training must be completed in accordance with agency Network Announcements issued throughout the year, within three weeks of issuance of this modification. Contractor employees, consultants, and subcontractors who have been granted access to NRC information technology equipment and/or IT services must continue to take IT security refresher training offered online by the NRC throughout the term of the task order. Contractor employees will receive notice of NRC's online IT security refresher training requirements through agency-wide notices.

The NRC reserves the right to deny or withdraw Contractor use or access to NRC IT equipment and/or services, and/or take other appropriate task order administrative actions (e.g., disallow costs, terminate for cause) should the Contractor violate the Contractor's responsibility under this clause.

Page 30 of 62

GS-10F-238AA/31310020F0024 H.9 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS NRC contractors are responsible to ensure that their alien personnel are not in violation of United States immigration laws and regulations, including employment authorization documents and visa requirements. Each alien employee of the Contractor must be lawfully admitted for permanent residence as evidenced by Permanent Resident Form 1-551 (Green Card), or must present other evidence from the U.S. Department of Homeland Security/U.S.

Citizenship and Immigration Services that employment will not affect his/her immigration status. The U.S. Citizenship and Immigration Services provides information to contractors to help them understand the employment eligibility verification process for non-US citizens.

This information can be found on their website, http://www.uscis.gov/portal/site/uscis.

The NRC reserves the right to deny or withdraw Contractor use or access to NRC facilities or its equipmenVservices, and/or take any number of task order administrative actions (e.g.,

disallow costs, terminate for cause) should the Contractor violate the Contractor's responsibility under this clause.

H.11 RULES OF BEHAVIOR FOR AUTHORIZED COMPUTER USE In accordance with Appendix Ill, "Security of Federal Automated Information Resources," to Office of Management and Budget (0MB) Circular A-130, "Management of Federal Information Resources," NRC has established rules of behavior for individual users who access all IT computing resources maintained and operated by the NRC or on behalf of the NRC. In response to the direction from 0MB, NRC has issued the "Agency-wide Rules of Behavior for Authorized Computer Use" policy, hereafter referred to as the rules of behavior.

The rules of behavior for authorized computer use will be provided to NRC computer users, including contractor personnel, as part of the annual computer security awareness course.

The rules of behavior apply to all NRC employees, contractors, vendors, and agents (users) who have access to any system operated by the NRC or by a contractor or outside entity on behalf of the NRC. This policy does not apply to licensees. The next revision of Management Directive 12.5, "NRC Cybersecurity Program," will include this policy. The rules of behavior can be viewed at http://www.internal.nrc.gov/CSO/documents/ROB.pdf or use NRC's external Web-based ADAMS at http://wba.nrc.gov:8080/ves/ (Under Advanced Search, type ML082190730 in the Query box).

The rules of behavior are effective immediately upon acknowledgement of them by the person who is informed of the requirements contained in those rules of behavior. All current contractor users are required to review and acknowledge the rules of behavior as part of the annual computer security awareness course completion. All new NRC contractor personnel will be required to acknowledge the rules of behavior within one week of commencing work under this task order and then acknowledge as current users thereafter.

The NRC Computer Security Office will review and update the rules of behavior annually beginning in FY 2011 by December 31st of each year. Contractors shall ensure that their personnel to which this requirement applies acknowledge the rules of behavior before beginning task order performance and, if the period of performance for the task order lasts more than one year, annually thereafter. Training on the meaning and purpose of the rules of behavior can be provided for contractors upon written request to the NRC Contracting Officer's Representative (COR).

Page 31 of 62

GS-10F-238AA/31310020F0024 The contractor shall flow down this clause into all subcontracts and other agreements that relate to performance of this task order if such subcontracts/agreements will authorize access to NRC electronic and information technology (EIT) as that term is defined in FAR 2.101.

H.10 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS Annual and final evaluations of contractor performance under this task order will be prepared in accordance with FAR Subpart 42.15, "Contractor Performance Information,"

normally at or near the time the contractor is notified of the NRC's intent to exercise the task order option. If the multi-year task order does not have option years, then an annual evaluation will be prepared annually. Final evaluations of contractor performance will be prepared at the expiration of the task order during the task order closeout process.

The Contracting Officer will transmit the NRG Contracting Officer's Representative's (COR) annual and final contractor performance evaluations to the contractor's Project Manager, unless otherwise instructed by the contractor. The contractor will be permitted thirty days to review the document and submit comments, rebutting statements, or additional information.

Where a contractor concurs with, or takes no exception to an annual performance evaluation, the Contracting Officer will consider such evaluation final and releasable for source selection purposes. Disagreements between the parties regarding a performance evaluation will be referred to an individual one level above the Contracting Officer, whose decision will be final.

The completed evaluation report also will be used as a tool to improve communications between the NRG and the contractor and to improve task order performance.

The completed annual performance evaluation will be used to support future award decisions in accordance with FAR 42.1502 and 42.1503. During the period the information is being used to provide source selection information, the completed annual performance evaluation will be released to only two parties - the Federal government personnel performing the source selection evaluation and the contractor under evaluation if the contractor does not have a copy of the report already.

H.12 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY LEVEL I OR LEVEL II ACCESS APPROVAL (SEP 2013)

The contractor must identify all individuals selected to work under this contract. The NRG Contracting Officer's Representative (COR) shall make the final determination of the level, if any, of IT access approval required for all individuals working under this contract/order using the following guidance. The Government shall have full and complete control and discretion over granting, denying, withholding, or terminating IT access approvals for contractor personnel performing work under this contract/order.

The contractor shall conduct a preliminary security interview or review for each employee requiring IT level I or II access and submit to the Government only the names of candidates that have a reasonable probability of obtaining the level of IT access approval for which the employee has been proposed. The contractor shall pre-screen its applicants for the following:

Page 32 of 62

GS-10F-238AA/31310020F0024 (a) felony arrest in the last seven (7) years; (b) alcohol related arrest within the last five (5) years; (c) record of any military courts-martial convictions in the past ten (10) years; (d) illegal use of narcotics or other controlled substances possession in the past year, or illegal purchase, production, transfer, or distribution of narcotics or other controlled substances in the last seven (7) years; and (e) delinquency on any federal debts or bankruptcy in the last seven (7) years.

The contractor shall make a written record of its pre-screening interview or review (including any information to mitigate the responses to items listed in (a) - (e)), and have the employee verify the pre-screening record or review, sign and date it. The contractor shall supply two (2) copies of the signed contractor's pre-screening record or review to the NRC Contracting Officer's Representative (COR), who will then provide them to the NRC Office of Administration, Division of Facilities and Security, Personnel Security Branch with the employee's completed IT access application package.

The contractor shall further ensure that its personnel complete all IT access approval security applications required by this clause within fourteen (14) calendar days of notification by the NRC Contracting Officer's Representative (COR) of initiation of the application process. Timely receipt of properly completed records of the pre-screening record and IT access approval applications (submitted for candidates that have a reasonable probability of obtaining the level of security assurance necessary for access to NRC's IT systems/data) is a requirement of this task order/order. Failure of the contractor to comply with this requirement may be a basis to terminate the task order/order for cause, or offset from the contract's invoiced cost or price the NRC's incurred costs or delays as a result of inadequate pre-screening by the contractor.

SECURITY REQUIREMENTS FOR IT LEVEL I Performance under this contract/order will involve contractor personnel who perform services requiring direct access to or operate agency sensitive information technology systems or data (IT Level 1). The IT Level I involves responsibility for the planning, direction, and implementation of a computer security program; major responsibility for the direction, planning, and design of a computer system, including hardware and software; or the capability to access a computer system during its operation or maintenance in such a way that could cause or that has a relatively high risk of causing grave damage; or the capability to realize a significant personal gain from computer access.

Contractor personnel shall not have access to sensitive information technology systems or data until they are approved by DFS/PSB and they have been so informed in writing by the NRC Contracting Officer's Representative (COR). Temporary IT access may be approved by DFS/PSB based on a favorable review or adjudication of their security forms and checks.

Final IT access may be approved by DFS/PSB based on a favorably review or adjudication of a completed background investigation. However, temporary access authorization approval will be revoked and the employee may subsequently be denied IT access in the event the employee's investigation cannot be favorably adjudicated. Such an employee will not be authorized to work under any NRC contract/order requiring IT access without the approval of DFS/PSB, as communicated in writing to the contractor by the NRC Contracting Officer's Representative (COR). Where temporary access authorization has been revoked or denied by DFS/PSB, the contractor shall assign another contractor employee to perform the necessary work under this contract/order without delay to the contract/order performance schedule, or without adverse impact to any other terms or conditions of the Page 33 of 62

GS-10F-238AA/31310020F0024 contract/order. When an individual receives final IT access approval from DFS/PSB, the individual will be subject to a reinvestigation every ten (10) years thereafter (assuming continuous performance under contract/order at NRC) or more frequently in the event of non-continuous performance under contract/order at NRC.

CORs are responsible for submitting the completed access/clearance request package as well as other documentation that is necessary to DFS/PSB. The contractor shall submit a completed security forms packet, including the OPM Standard Form (SF) 86 (online Questionnaire for National Security Positions), two (2) copies of the Contractor's signed pre-screening record and two (2) FD 258 fingerprint charts, to DFS/PSB for review and adjudication, prior to the individual being authorized to perform work under this contract/order requiring access to sensitive information technology systems or data. Non-U.S. citizens must provide official documentation to the DFS/PSB, as proof of their legal residency. This documentation can be a Permanent Resident Card, Temporary Work Visa, Employment Authorization Card, or other official documentation issued by the U.S.

Citizenship and Immigration Services. Any applicant with less than seven (7) years residency in the U.S. will not be approved for IT Level I access. The Contractor shall submit the documents to the NRC Contracting Officer's Representative (COR) who will give them to DFS/PSB. The contractor shall ensure that all forms are accurate, complete, and legible.

Based on DFS/PSB review of the contractor employee's security forms and/or the receipt of adverse information by NRC, the contractor individual may be denied access to NRC facilities and sensitive information technology systems or data until a final determination is made by DFS/PSB and thereafter communicated to the contractor by the NRC Contracting Officer's Representative (COR) regarding the contractor person's eligibility.

In accordance with NRCAR 2052.204-70 "Security," IT Level I contractors shall be subject to the attached NRC Form 187 and SF-86 which furnishes the basis for providing security requirements to contractors that have or may have an NRC contractual relationship which requires access to or operation of agency sensitive information technology systems or remote development and/or analysis of sensitive information technology systems or data or other access to such systems and data; access on a continuing basis (in excess more than 30 calendar days) to NRC buildings; or otherwise requires issuance of an unescorted NRC badge.

SECURITY REQUIREMENTS FOR IT LEVEL II Performance under this contract/order will involve contractor personnel that develop and/or analyze sensitive information technology systems or data or otherwise have access to such systems or data (IT Level II).

The IT Level II involves responsibility for the planning, design, operation, or maintenance of a computer system and all other computer or IT positions.

Contractor personnel shall not have access to sensitive information technology systems or data until they are approved by DFS/PSB and they have been so informed in writing by the NRC Contracting Officer's Representative (COR). Temporary access may be approved by DFS/PSB based on a favorable review of their security forms and checks. Final IT access may be approved by DFS/PSB based on a favorably adjudication. However, temporary access authorization approval will be revoked and the contractor employee may subsequently be denied IT access in the event the employee's investigation cannot be favorably adjudicated. Such an employee will not be authorized to work under any NRC Page 34 of 62

GS-10F-238AA/31310020F0024 contract/order requiring IT access without the approval of DFS/PSB, as communicated in writing to the contractor by the NRC Contracting Officer's Representative (COR). Where temporary access authorization has been revoked or denied by DFS/PSB, the contractor is responsible for assigning another contractor employee to perform the necessary work under this contract/order without delay to the contract/order performance schedule, or without adverse impact to any other terms or conditions of the contract/order. When a contractor employee receives final IT access approval from DFS/PSB, the individual will be subject to a review or reinvestigation every ten (10) years (assuming continuous performance under contract/order at NRC) or more frequently in the event of non-continuous performance under contract/order at NRC.

CORs are responsible for submitting the completed access/clearance request package as well as other documentation that is necessary to DFS/PSB. The contractor shall submit a completed security forms packet, including the OPM Standard Form (SF) 86 (online Questionnaire for National Security Positions), two (2) copies of the Contractor's signed pre-screening record and two (2) FD 258 fingerprint charts, to DFS/PSB for review and adjudication, prior to the contractor employee being authorized to perform work under this contract/order. Non-U.S. citizens must provide official documentation to the DFS/PSB, as proof of their legal residency. This documentation can be a Permanent Resident Card, Temporary Work Visa, Employment Authorization Card, or other official documentation issued by the U.S. Citizenship and Immigration Services. Any applicant with less than seven (7) years residency in the U.S. will not be approved for IT Level II access. The Contractor shall submit the documents to the NRC Contracting Officer's Representative (COR) who will give them to DFS/PSB. The contractor shall ensure that all forms are accurate, complete, and legible. Based on DFS/PSB review of the contractor employee's security forms and/or the receipt of adverse information by NRC, the contractor employee may be denied access to NRC facilities, sensitive information technology systems or data until a final determination is made by DFS/PSB regarding the contractor person's eligibility.

In accordance with NRCAR 2052.204-70 "Security," IT Level II contractors shall be subject to the attached NRC Form 187, SF-86, and contractor's record of the pre-screening which furnishes the basis for providing security requirements to contractors that have or may have an NRC contractual relationship which requires access to or operation of agency sensitive information technology systems or remote development and/or analysis of sensitive information technology systems or data or other access to such systems or data; access on a continuing basis (in excess of more than 30 calendar days) to NRC buildings; or otherwise requires issuance of an unescorted NRC badge.

CANCELLATION OR TERMINATION OF IT ACCESS/REQUEST When a request for IT access is to be withdrawn or canceled, the contractor shall immediately notify the NRC Contracting Officer's Representative (COR) by telephone so that the access review may be promptly discontinued. The notification shall contain the full name of the contractor employee and the date of the request. Telephone notifications must be promptly confirmed by the contractor in writing to the NRC Contracting Officer's Representative (COR), who will forward the confirmation to DFS/PSB. Additionally, the contractor shall immediately notify the NRC Contracting Officer's Representative (COR) in writing, who will in turn notify DFS/PSB, when a contractor employee no longer requires access to NRC sensitive automated information technology systems or data, including the voluntary or involuntary separation of employment of a contractor employee who has been approved for or is being processed for IT access.

Page 35 of 62

GS-10F-238AA/31310020F0024 The contractor shall flow the requirements of this clause down into all subcontracts and agreements with consultants for work that requires them to access NRC IT resources.

H.13 NRCH020 SECURITY REQUIREMENTS FOR BUILDING ACCESS APPROVAL (SEP 2013)

The Contractor shall ensure that all its employees, subcontractor employees or consultants who are assigned to perform the work herein for task order performance for periods of more than 30 calendar days at NRC facilities, are approved by the NRC for unescorted NRC building access.

The Contractor shall conduct a preliminary federal facilities security screening interview or review for each of its employees, subcontractor employees, and consultants and submit to the NRC only the names of candidates for task order performance that have a reasonable probability of obtaining approval necessary for access to NRC's federal facilities. The Contractor shall pre-screen its applicants for the following:

(a) felony arrest in the last seven (7) years; (b) alcohol related arrest within the last five (5) years: (c) record of any military courts-martial convictions in the past ten (10) years; (d) illegal use of narcotics or other controlled substances possession in the past year, or illegal purchase, production, transfer, or distribution of narcotics or other controlled substances in the last seven (7) years; and (e) delinquency on any federal debts or bankruptcy in the last seven (7) years.

The Contractor shall make a written record of its pre-screening interview or review (including any information to mitigate the responses to items listed in (a) - (e)), and have the applicant verify the pre-screening record or review, sign and date it. Two (2) copies of the pre-screening signed record or review shall be supplied to the Division of Facilities and Security, Personnel Security Branch (DFS/PSB) with the Contractor employee's completed building access application package.

The Contractor shall further ensure that its employees, any subcontractor employees and consultants complete all building access security applications required by this clause within fourteen (14) calendar days of notification by DFS/PSB of initiation of the application process. Timely receipt of properly completed records of the Contractor's signed pre-screening record or review and building access security applications (submitted for candidates that have a reasonable probability of obtaining the level of access authorization necessary for access to NRC's facilities) is a task order requirement. Failure of the Contractor to comply with this task order administration requirement may be a basis to cancel the award, or terminate the task order for default, or offset from the contract's invoiced cost or price the NRC's incurred costs or delays as a result of inadequate pre-screening by the Contractor. In the event of cancellation or termination, the NRC may select another firm for task order award.

A Contractor, subcontractor employee or consultant shall not have access to NRC facilities until he/she is approved by DFS/PSB. Temporary access may be approved based on a favorable NRC review and discretionary determination of their building access security forms. Final building access will be approved based on favorably adjudicated checks by the Government. However, temporary access approval will be revoked and the Contractor's employee may subsequently be denied access in the event the employee's investigation Page 36 of 62

GS-10F-238AA/31310020F0024 cannot be favorably determined by the NRC. Such employee will not be authorized to work under any NRC task order requiring building access without the approval of DFS/PSB.

When an individual receives final access, the individual will be subject to a review or reinvestigation every five (5) or ten (10) years, depending on their job responsibilities at the NRC.

The Government shall have and exercise full and complete control and discretion over granting, denying, withholding, or terminating building access approvals for individuals performing work under this task order. Individuals performing work under this task order at NRC facilities for a period of more than 30 calendar days shall be required to complete and submit to the Contractor representative an acceptable OPM Standard Form 85 (Questionnaire for Non-Sensitive Positions), and two (2) FD 258 (Fingerprint Charts). Non-U.S. citizens must provide official documentation to the DFS/PSB, as proof of their legal residency. This documentation can be a Permanent Resident Card, Temporary Work Visa, Employment Authorization Card, or other official documentation issued by the U.S.

Citizenship and Immigration Services. Any applicant with less than five (5) years residency in the U.S. will not be approved for building access. The Contractor shall submit the documents to the NRC Contracting Officer's Representative (COR) who will give them to DFS/PSB.

DFS/PSB may, among other things, grant or deny temporary unescorted building access approval to an individual based upon its review of the information contained in the OPM Standard Form 85 and the Contractor's pre-screening record. Also, in the exercise of its authority, the Government may, among other things, grant or deny permanent building access approval based on the results of its review or investigation. This submittal requirement also applies to the officers of the firm who, for any reason, may visit the NRC work sites for an extended period of time during the term of the task order. In the event that DFS/PSB are unable to grant a temporary or permanent building access approval, to any individual performing work under this task order, the Contractor is responsible for assigning another individual to perform the necessary function without any delay in the contract's performance schedule, or without adverse impact to any other terms or conditions of the task order. The Contractor is responsible for informing those affected by this procedure of the required building access approval process {i.e., temporary and permanent determinations), and the possibility that individuals may be required to wait until permanent building access approvals are granted before beginning work in NRC's buildings.

CANCELLATION OR TERMINATION OF BUILDING ACCESS/ REQUEST The Contractor shall immediately notify the COR when a Contractor or subcontractor employee or consultant's need for NRC building access approval is withdrawn or the need by the Contractor employee's for building access terminates. The COR will immediately notify DFS/PSB {via e-mail) when a Contractor employee no longer requires building access. The Contractor shall be required to return any NRC issued badges to the COR for return to DFS/FSB (Facilities Security Branch) within three (3) days after their termination.

H.14 DRUG FREE WORKPLACE TESTING: UNESCORTED ACCESS TO NUCLEAR FACILITIES, ACCESS TO CLASSIFIED INFORMATION OR SAFEGUARDS INFORMATION, OR PERFORMING IN SPECIALTY SENSITIVE POSITIONS (OCT 2014)

All contractor employees, subcontractor employees, applicants, and consultants proposed Page 37 of 62

GS-10F-238AA/31310020F0024 for performance or performing under this contract shall be subject to pre-assignment, random, reasonable suspicion, and post-accident drug testing applicable to: (1) individuals who require unescorted access to nuclear power plants, (2) individuals who have access to classified or safeguards information, (3) individuals who are required to carry firearms in performing security services for the NRC, (4) individuals who are required to operate government vehicles or transport passengers for the NRC, (5) individuals who are required to operate hazardous equipment at NRC facilities, or (6) individuals who admit to recent illegal drug use or those who are found through other means to be using drugs illegally.

The NRC Drug Program Manager will schedule the drug testing for all contractor employees, subcontractor employees, applicants, and consultants who are subject to testing under this clause. The consequences of refusing to undergo drug testing or a refusal to cooperate in such testing, including not appearing at the scheduled appointment time, will result in the Agency's refusal of the contractor employee to work under any NRC contract. Any NRC contractor employee found to be using, distributing or possessing illegal drugs, or any contractor employee who fails to receive a verified negative drug test result under this program while in a duty status will immediately be removed from working under the NRG contract. The contractor's employer will be notified of the denial or revocation of the individual's authorization to have access to information and ability to perform under the contract. The individual may not work on any NRG contract for a period of not less than one year from the date of the failed, positive drug test and will not be considered for reinstatement unless evidence of rehabilitation, as determined by the NRG "drug testing contractor's" Medical Review Officer, is provided.

Contractor drug testing records are protected under the NRG Privacy Act Systems of Records, System 35, "Drug Testing Program Records - NRG" found at:

http://www. n re.gov /reading- rm/fo ia/ privacy-systems. html H.15 SECURITY REQUIREMENTS FOR ACCESS TO CLASSIFIED MATTER OR INFORMATION (SEP 2013)

Performance under this contract will require access to classified matter or information (National Security Information or Restricted Data) in accordance with the attached NRG Form 187 {See List of Attachments). Prime Contractor personnel, subcontractors or others performing work under this contract shall require a "Q" security clearance {allows access to Top Secret, Secret, and Confidential National Security Information and Restricted Data) or an "L" security clearance (allows access to Secret and Confidential National Security Information and/or Confidential Restricted Data).

The Contractor must identify all individuals to work under this contract. The NRG sponsoring office shall make the final determination of the type of security clearance required for all individuals working under this contract.

The Contractor shall conduct a preliminary security interview or review for each of its employees, subcontractor employees and consultants, and submit to the Government only the names of candidates that have a reasonable probability of obtaining the level of security clearance for which the candidate has been proposed. The Contractor will pre-screen applicants for the following:

(a) pending criminal charges or proceedings; (b) felony arrest records including alcohol related arrest within the last seven (7) years; (c) record of any military courts-martial charges and proceedings in the last seven (7) years and courts-martial convictions in the last ten Page 38 of 62

GS-10F-238AA/31310020F0024 (10) years; (d )any involvement in hate crimes; (e) involvement in any group or organization that espouses extra-legal violence as a legitimate means to an end; {f) dual or multiple citizenship including the issuance of a foreign passport in the last seven (7) years: (g) illegal use possession, or distribution of narcotics or other controlled substances within the last seven (7) years; (h) financial issues regarding delinquent debts, liens, garnishments, bankruptcy and civil court actions in the last seven (7) years.

The Contractor will make a written record of their pre-screening interview or review (including any information to mitigate the responses to items listed in (a) - (h)), and have the candidate verify the record, sign and date it. Two (2) copies of the signed interview record or review will be supplied to DFS/PSB with the applicant's completed security application package.

The Contractor will further ensure that all Contractor employees, subcontractor employees and consultants for classified information access approval complete all security applications required by this clause within fourteen (14) calendar days of notification by DFS/PSB of initiation of the application process. Timely receipt of properly completed security applications (submitted for candidates that have a reasonable probability of obtaining the level of security clearance for which the candidate has been proposed) is a contract requirement. Failure of the Contractor to comply with this condition may be a basis to cancel the award, or terminate the contract for default, or offset from the contract's invoiced cost or price the NRC's incurred costs or delays as a result of inadequate pre-screening by the Contractor. In the event of termination or cancellation, the Government may select another firm for contract award.

Such Contractor personnel shall be subject to the NRC Contractor personnel security requirements of NRC Management Directive (MD) 12.3, Part I and 10 CFR Part 10.11, which is hereby incorporated by reference and made a part of this contract as though fully set forth herein, and will require a favorably adjudicated Single Scope Background Investigation (SSBI) for "Q" clearances or a favorably adjudicated Access National Agency Check and Inquiries (ANACI), or higher level investigation depending on the position the individual will occupy, for "L" clearances.

A Contractor employee shall not have access to classified information until he/ she is granted a security clearance by DFS/PSB, based on a favorably adjudicated investigation.

In the event the Contractor employee's investigation cannot be favorably adjudicated, any interim access approval could possibly be revoked and the individual could be subsequently removed from performing under the contract. If interim approval access is revoked or denied, the Contractor is responsible for assigning another individual to perform the necessary work under this contract without delay to the contract's performance schedule, or without adverse impact to any other terms or conditions of the contract. The individual will be subject to a reinvestigation every five (5) years for "Q" clearances and every ten (10) years for "L" clearances.

CORs are responsible for submitting the completed access/clearance request package as well as other documentation that is necessary to DFS/PSB. The contractor shall submit a completed security forms packet, including the OPM Standard Form (SF) 86 (online Questionnaire for National Security Positions), two (2) copies of the Contractor's signed pre-screening record and two (2) FD 258 fingerprint charts, to DFS/PSB for review and adjudication, prior to submission to the Office of Personnel Management for investigation.

The individual may start working under this contract before a final clearance is granted if a Page 39 of 62

GS-10F-238AA/31310020F0024 temporary access determination can be made by DFS/PSB after the review of the security package. If the individual is granted a temporary access authorization, the individual may not have access to classified information under this contract until DFS/PSB has granted them the appropriate security clearance, and the Contractor has read, understood, and signed the SF 312, "Classified Information Nondisclosure Agreement." The Contractor shall assure that all forms are accurate, complete, and legible (except for Part 2 of the questionnaire, which is required to be completed in private and submitted by the individual to the Contractor in a sealed envelope), as set forth in NRC MD 12.3. Based on DFS/PSB review of the applicant's investigation, the individual may be denied his/her security clearance in accordance with the due process procedures set forth in MD 12.3, E.O. 12968, and 10 CFR Part 10.11.

In accordance with NRCAR 2052.204-70 cleared Contractors shall be subject to the attached NRC Form 187 (See Section J for List of Attachments), MD 12.3, SF- 86 and Contractor's signed record or review of the pre-screening which furnishes the basis for providing security requirements to prime Contractors, subcontractors or others who have or may have an NRC contractual relationship which requires access to classified information.

CANCELLATION OR TERMINATION OF SECURITY CLEARANCE ACCESS/REQUEST When a request for clearance investigation is to be withdrawn or canceled, the Contractor shall immediately notify the COR by telephone so that the investigation may be promptly discontinued. The notification shall contain the full name of the individual, and the date of the request. Telephone notifications must be promptly confirmed in writing by the Contractor to the COR who will forward the confirmation via email to DFS/PSB. Additionally, DFS/PSB must be immediately notified in writing when an individual no longer requires access to Government classified information, including the voluntary or involuntary separation of employment of an individual who has been approved for or is being processed for access under the NRC "Personnel Security Program."

(End of Clause)

H.16 CONTRACTOR RESPONSIBILITY FOR PROTECTING PERSONALLY IDENTIFIABLE INFORMATION (PII) (AUG 2011)

In accordance with the Office of Management and Budget's guidance to Federal agencies and the Nuclear Regulatory Commission's (NRC) implementing policy and procedures, a contractor (including subcontractors and contractor employees), who performs work on behalf of the NRC, is responsible for protecting, from unauthorized access or disclosure, personally identifiable information (PII) that may be provided, developed, maintained, collected, used, or disseminated, whether in paper, electronic, or other format, during performance of this contract.

A contractor who has access to NRC owned or controlled PII, whether provided to the contractor by the NRC or developed, maintained, collected, used, or disseminated by the contractor during the course of contract performance, must comply with the following requirements:

(1) General. In addition to implementing the specific requirements set forth in this clause, the contractor must adhere to all other applicable NRC guidance, policy and requirements for the handling and protection of NRC owned or controlled PII. The contractor is Page 40 of 62

GS-10F-238AA/31310020F0024 responsible for making sure that it has an adequate understanding of such guidance, policy and requirements.

(2) Use, Ownership, and Nondisclosure. A contractor may use NRC owned or controlled PII solely for purposes of this contract, and may not collect or use such PII for any purpose outside the contract without the prior written approval of the NRG Contracting Officer. The contractor must restrict access to such information to only those contractor employees who need the information to perform work under this contract, and must ensure that each such contractor employee (including subcontractors' employees) signs a nondisclosure agreement, in a form suitable to the NRC Contracting Officer, prior to being granted access to the information. The NRC retains sole ownership and rights to its PII. Unless the contract states otherwise, upon completion of the contract, the contractor must turn over all PII in its possession to the NRC, and must certify in writing that it has not retained any NRC owned or controlled PII except as otherwise authorized in writing by the NRC Contracting Officer.

(3) Security Plan. When applicable, and unless waived in writing by the NRC Contracting Officer, the contractor must work with the NRC to develop and implement a security plan setting forth adequate procedures for the protection of NRC owned or controlled Pl I as well as the procedures which the contractor must follow for notifying the NRC in the event of any security breach. The plan will be incorporated into the contract and must be implemented and followed by the contractor once it has been approved by the NRC Contracting Officer. If the contract does not include a security plan at the time of contract award, a plan must be submitted for the approval of the NRC Contracting Officer within 30 days after contract award.

(4) Breach Notification. The contractor must immediately notify the NRC Contracting Officer and the NRC Contracting Officer's Representative (COR) upon discovery of any suspected or confirmed breach in the security of NRC owned or controlled PII.

(5) Legal Demands for Information. If a legal demand is made for NRC owned or controlled PII (such as by subpoena), the contractor must immediately notify the NRC Contracting Officer and the NRC Contracting Officer's Representative (COR). After notification, the NRC will determine whether and to what extent to comply with the legal demand. The Contracting Officer will then notify the contractor in writing of the determination and such notice will indicate the extent of disclosure authorized, if any. The contractor may only release the information specifically demanded with the written permission of the NRC Contracting Officer.

(6) Audits. The NRC may audit the contractor's compliance with the requirements of this clause, including through the use of online compliance software.

(7) Flow-down. The prime contractor will flow this clause down to subcontractors that would be covered by any portion of this clause, as if they were the prime contractor.

(8) Remedies:

(a) The contractor is responsible for implementing and maintaining adequate security controls to prevent the loss of control or unauthorized disclosure of NRC owned or controlled PII in its possession. Furthermore, the contractor is responsible for reporting any known or suspected loss of control or unauthorized access to PII to the NRC in accordance with the provisions set forth in Article 4 above.

Page 41 of 62

GS-10F-238AA/31310020F0024 (b) Should the contractor fail to meet its responsibilities under this clause, the NRC reserves the right to take appropriate steps to mitigate the contractor's violation of this clause. This may include, at the sole discretion of the NRC, termination of the subject contract.

(9) Indemnification. Notwithstanding any other remedies available to the NRC, the contractor will indemnify the NRC against all liability (including costs and fees) for any damages arising out of violations of this clause.

(End of Clause)

Page 42 of 62

GS-10F-238AA/31310020F0024 SECTION I - Task Order Clauses 1.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB 1998)

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. Also, the full text of a clause may be accessed electronically at this/these address( es): https://www.acquisition.gov/far.

52.237-3 CONTINUITY OF SERVICES (End of Clause) 1.2 52.217-7 OPTION FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEM (MAR 1989)

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 1o days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.

(End of Clause) 1.3 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed § months. The Contracting Officer may exercise the option by written notice to the Contractor within 1Q days.

(End of Clause) 1.4 52.217-9 OPTION TO EXTEND THE TERM OF THE TASK ORDER (MAR 2000)

(a) The Government may extend the term of this task order by written notice to the Contractor anytime during the period of performance of the task order; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the task order expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended task order shall be considered to include this option clause.

(c) The total duration of this task order, including the exercise of any options under this clause, shall not exceed_Q years.

(End of Clause)

Page 43 of 62

GS-10F-238AA/31310020F0024 SECTION J - List of Documents, Exhibits and Other Attachments Attachment No. Description

1. Billing Instructions Firm Fixed Price (2 pages)
2. Billing Instructions Labor Hour (7 pages)
3. NRC form 187(2 pages)
4. NRC Rules of Behavior for Authorized Computer Use (16 pages)

Page 44 of 62

I' CONTRACT ID CODE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I PAG~E I 28 2 AMENDMENT/MODIFICATION co 3 EFFECTIVE DATE REQUISITION/PURCHASE REO. co 15

.1:'UODUl SC'C 3loc:k 16C ZEROREQ-A'.W-2C-02 l 'J PROJECT NO /II app/1cabie) 6 ISSUED BY CODE )!?CHO 7 ADMINISTERED BY (//other than Item 6) CODE I us '.HC - JJQ

.11.\.CUISI::'Ir;N Jvl.11.NJi.GC:MENT DIVISI'.lN MAIL STOP ~Vif)l-0 /32:J:~

11/A2HINC~ON DC 20':i:l:::-0C:J~

8. NAME AND ADDRESS OF CONTRACTOR (No sl,eet, rnunly Stale and ZIP Codej 9A AMENDMENT OF SOLICITATION NO.

ATHFINDER C'.lNSULT.11.NTS ::.,Le

ll'N A G~OkGJ.,; lllllY 9B. DATED (SEE ITEM 11) 7 25 1 S'l'kJ.,;E'l' NW CUITC: 30(

10A MODIFICATION OF CONTRACTI0ROER NO X

  • /ASHING::'ON DC 20006 GS~OC*238AP.

3131002DFC024 10B DATED (SEE ITEM 13)

CODE 062J6,'.~JU FACILITY CODE c_-,12012O20

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation 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 solIcitall0n or as amended by one of the following methods* (a) By completing Items 8 and 15, and returning capIes of the amendment. (b) By acknowledging receipt of this amendment on each copy of the offer submitted. or (c) By separate letter or electronic communication which includes a reference to the sol1cilat1on 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, provided each letter or electronic communication makes reference to the solic1tat1on and this amendment, and is received prior to the opening hour and date specdied 12 ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

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 au/honty) 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 ao changes in paying office, appropriation data. etc) SET FORTH IN ITEM 14 PURSUANT TO THE AUTHORITY OF FAR 43 103(b)

X C THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF*

D OTHER /Specify type of mod1f1cat1on and authonty)

E. IMPORTANT: Contractor x Is not is required to sign this document and return copies to the IssuIng of11ce.

14 DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings. including so/,cita~onlcontract subject matter where feasible)

N:-ZC :_,pJ.,;LDCJvl o:_, lNlOkJvlP.'l'lON AC'l' (l"OlA} SUc'l:'::H'l' S1'k\/lC~S T:1c ?'-r?OSC' of t.his modific=it.ior. is to c.1angc -:-.r.0 huycr fro:-n ,-:-0r:::-y Pnrc0ll -:-.o '.~a:::-"..:;: Lof'.rmann.

Narr.e: Mark ::..,ohrmanr.

1-5~5 F.uckville Pike Mailsto?: TiffN/ 0 / M9 Rockville-,, ~D 2C852 P.10ne 301-4L::- /96-i E:-nail: Mc1rk. ::.,ohrmanr.J.nrc. gov Period of l:'erfcrmar.ce: 06/0_/2U20 Lo 05/31/202_

Except as provided herein. all terms and conditions of the document referenced In Item 9 Aor 10A, as heretofore changed remains unchanged and in full force and effect 15A NAME AND TITLE OF SIGNER /Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or prmt) 15B CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B UNITED STATES OF AMERICA 16C DATE SIGNED 06/26/2020 Previous ed1t1on unusable STANDARD FORM 30 (REV 11/2016)

Prescribed by GSA FAR (48 CFR) 53 243 Page 45 of 62

I' CONTRACT ID CODE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I PAG~E I 2 2 AMENDMENT/MODIFICATION co 3 EFFECTIVE DATE REQUISITION/PURCHASE REO. co 15

.1:'UODU2 SC'C 3loc:k ~ 6C ZEROREQ-JCIJ-20-(188 PROJECT NO /II app/1cabie) 6 ISSUED BY CODE )!?CHO 7 ADMINISTERED BY (//other than Item 6) CODE I us '.HC - JJQ

.11.\.CUISI::'Ir;N Jvl.11.NJi.GC:MENT DIVISI'.lN MAIL STOP ~Vif)l-0 /32:J:~

11/A2HINC~ON DC 20':i:l:::-0C:J~

8. NAME AND ADDRESS OF CONTRACTOR (No sl,eet, rnunly Stale and ZIP Codej 9A AMENDMENT OF SOLICITATION NO.

ATHFINDER C'.lNSULT.11.NTS ::.,Lr

ll'N A G~OkGJ.,; lllllY 9B. DATED (SEE ITEM 11) 7 25 1 S'l'kJ.,;E'l' NW CUITC: 30(

10A MODIFICATION OF CONTRACTI0ROER NO X

  • /ASHING::'ON DC 20006 GS~0C*238AP.

3131002DFC024 10B DATED (SEE ITEM 13)

CODE 062J6,'.~JU FACILITY CODE c_-,12012O20

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation 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 solIcitall0n or as amended by one of the following methods* (a) By completing Items 8 and 15, and returning ____ capIes of the amendment. (b) By acknowledging receipt of this amendment on each copy of the offer submitted. or (c) By separate letter or telegram which includes a reference to the sol1c1tat1on 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 ACCOUNTING AND APPROPRIATION DATA /If required)
-1 I A
13. THIS ITEM ONLY APPLIES TO MOOIFICATION OF CONTRACTS/ORDERS. IT MOOIFIES THE CONTRACTIOROER NO. AS OESCRIBED IN ITEM 14.

CHECK ONE A THIS CHANGE ORDER IS ISSUED PURSUANT TO. (Specify au/honty) 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 ao changes in paying office, appropriation dale. etc) SET FORTH IN ITEM 14 PURSUANT TO THE AUTHORITY OF FAR 43 103(b)

X C THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF*

D OTHER /Specify type of mod1f1cat1on and authonty)

E. IMPORTANT: Contractor Is not. x is required to sign this document and return copies to the IssuIng office.

14 DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings. including so/,cita~onlcontract subject matter where feasible)

N:-ZC :_,pJ.,;LDCJvl o:_, lNlOkJvlP.'l'lON AC'l' (l"OlA} SUc'l:'::H'l' S1'k\/1C~S T:1c ?',r?OSC' t.o rrorlif:; t.h0 t.c1sk order t.o rc?lacc-, 0:ncrgcnc1 t.0l0wo:::-"..:;: wit.h fix0d -:-.cl0work.

'1':1Ls *c*.,; llcv::s of Cnerc.~.i.on' cf SecL.i.on c* cf ~r:rs 'l'ask. Order, .i.s r:erebv deleled ar.d r0placcd wi-:-.r. -:-.r.c follm,,;ing:

F.4 HOCRS JF J?ERATIJN T'.ie contrac::o::: i:o responsi:Ole for prviiding these FCIA s1-p:r-,8rt sersiice:o 2 :Ou:oiness h8LIS per day, Monday t.1r0ugh Friday. T.1e earlies:: s::a::-:: tirr.e to::- *,-mrking is 6:0:J a.:i-1. :':acc::ern Tirrc (ET), c1r.d t.h0 lat.cs-:-. 0nrl -:-.imc-, for v,;orkir.g is 6:0C ?.m. ET.

'1':1e conlrac~o.::: shall r:ave one rerson on-s.i.Le c.~ >GC each business da*;, Monda; ~r:.:::cLq:1 T:11,rsrla:;, for S bnsincss hrnirs per daJ.

Ccr.Lrr.ued Except as provided herein. all terms and conditions of the document referenced In Item 9 Aor 10A, as heretofore changed remains unchanged and in full force and effect 15A NAME AND TITLE OF SIGNER /Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or prmt)

EA?.F S. LOHP.Yl/\.CJN

'j l:,_:

15B CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B UNITED STATES OF AMERICA 16C DATE SIGNED C-7/22/2020 NSN 7540-01-152-8070 STANDARD FORM 30 (REV 10-83)

Previous edition unusable Prescribed by GSA FAR (48 CFR) 53.243 Page 46 of 62

REFERENCE NO. OF DOCUMENT BEING CONTINUED Oe CONTINUATION SHEET *~Sl OF2 ]SAA/ 3131002 0:CC-024 / roo 002 2 NAME OF OFFEROR OR CONTRACTOR I'A::'H:CINC:C:R CONSULTANTS LLC ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (B) (C) (D) IF) con::racto::: pe.r:-:;onr:el on-:oi::e at ::l:e NF.C location,

l:e contrc.ctor s'.icill notify Lie COF. in wri::ing c.::

least 01:e Dusir:ess ddy in advar:ce :co thdt ::hey cdn ffake c.rrc.nge:nen::s for a teff:r-,orary workstc.::ion.

'l:e contrc.ctor may perform F:JIA s1-pport :cervices at ar: off-site (not dt NF.CJ locc.::ion. Tl:e off-site B lmsines:o Lour :r-,er founar:ce :ocl:edule sl:all :Oe deterffined Dy the cont:::actor.
'l:e contrc.ctor s'.icill, c.t c.11 ::imes, ffair*tc.in ar:

adeq1-ate workfo:::ce for the unir:terrupted performdnce of c.11 ::d:oks defined wi::l:in the SO\'J.

'l:e c011trc.ctor is not :::eguired to perform services under Lii:o task order on Lie :Cederal

'.iolidays li:oted ir: Section F.3, or wl:en the Federal Gove:::nffent is closed ur:der ar: Executive Order.

for ddminist:::ative closings, ::l:e contrc.ctor s'.icill con::inue to :r-,rovide su:r,ipo::::: for NRC Dy wo::::..::ing c.::

or: off-site locc.::ion.

?eriod of ?e:::fo::::ndnce: C6/01/2C20 to 05;31/2021 NSN 7540-0 1-152-8%7 OPTIONAL FORM ]36 14-86)

Sponsored by GSA FAR 14B CFRI 51110 Page 47 of 62

I' CONTRACT ID CODE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I PAG~E I 2 2 AMENDMENT/MODIFICATION co 3 EFFECTIVE DATE REQUISITION/PURCHASE REO. co 15

.1:'UODUJ SC'C 3loc:k 16C OCI0-2>:JO /8 PROJECT NO /II app/1cabie) 6 ISSUED BY CODE )!?CHO 7 ADMINISTERED BY (//other than Item 6) CODE I us '.HC - JJQ

.11.\.CUISI::'Ir;N Jvl.11.NJi.GC:MENT DIVISI'.lN MAIL STOP ~Vif)l-0 /32:J:~

11/A2HINC~ON DC 20':i:l:::-0C:J~

8. NAME AND ADDRESS OF CONTRACTOR (No sl,eet, rnunly Stale and ZIP Codej 9A AMENDMENT OF SOLICITATION NO.

ATHFINDER C'.lNSULT.11.NTS ::.,Le

ll'N A G~OkGJ.,; lllllY 9B. DATED (SEE ITEM 11) 7 25 1 S'l'kJ.,;E'l' NW CUITC: 30(

10A MODIFICATION OF CONTRACTI0ROER NO X

  • /ASHING::'ON DC 20006 GS~OC*238AP.

3131002DFC024 10B DATED (SEE ITEM 13)

CODE 062J6,'.~JU FACILITY CODE c_-,12012020

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation 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 solIcitall0n or as amended by one of the following methods* (a) By completing Items 8 and 15, and returning capIes of the amendment. (b) By acknowledging receipt of this amendment on each copy of the offer submitted. or (c) By separate letter or electronic communication which includes a reference to the sol1cilat1on 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, provided each letter or electronic communication makes reference to the solic1tat1on and this amendment, and is received prior to the opening hour and date specdied 12 ACCOUNTING AND APPROPRIATION DATA /If required) Ne L l nc.rec.se ; .; 15 C-, UC- O . C- O See Schedule
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 au/honty) 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 ao changes in paying office, appropriation data. 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 mod1f1cat1on and awthonty)

X ':i2.2~ 7-Cl C";-ot.ion to Ext.end t.r.c -='c:::-:n of Lric \.ont.rac-:-.

E. IMPORTANT: Contractor x Is not is required to sign this document and return copies to the IssuIng of11ce.

14 DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings. including so/,cita~onlcontract subject matter where feasible)

N:-ZC :_,pJ.,;LDCJvl o:_, HffOkJvll'.'l'lON AC'l' (l"OlA} SUc'l:'::H'l' S1'k\/1C~S RC'asor. for C~odifiC'at.ion: ExC'rcisc an Opt.ion t.o cx-:-.cnrl t.0rm of -:-.r.0 cont.ract..

'l':'!LS Lile l:'e.r.i.od Cf l:'e.rfo.rmc.nce 1'nd De.le .1s cr:c.nqed from J1-:,1.A.Y-21 Lo Jl-t,:AY-22 New Bd:oe and Exerci:oed :Jpti'.:w:; Aill8Lllt: $_,lSC,070.28 Tctal Ba.se ar.d All C?tioncc Arr.our.t: $2,984, /8/.96 New :Jbli;pted Arrnur:t fo::: this Ylodificdti'.:111: S45C,OCO.CO New Total Jbligated Arr.cunt to::- thi.s Awa::-d: S894,:JOC.OC C";hligat.0rl Prnount. r:f'.angcd f:::-orr $444,0:JC.:J() to $894,COO.O:J NC:\,J .11.CC'.lUNTING CC";DE .11.DDED:

Ccr.L.1r.ued

  • Except as provided herein. all terms and conditions of the document referenced In Item 9 Aor 10A, as heretofore changed remains unchanged and in full force and effect 15A NAME AND TITLE OF SIGNER /Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or prmt) 15B CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B UNITED STATES OF AMERICA 16C DATE SIGNED Previous ed1t1on unusable STANDARD FORM 30 (REV 11/2016)

Prescribed by GSA FAR (48 CFR) 53 243 Page 48 of 62

REFERENCE NO. OF DOCUMENT BEING CONTINUED Oe CONTINUATION SHEET *~Sl DF2 ]SAA/ 3131002 O?C-024 / roo 003 2 NAME OF OFFEROR OR CONTRACTOR I'A::'H?INC:C:R CONSULTANTS LLC ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (B) (C) (D) IF) 2C2_-XD20D-FE:C:BASED-10-10C01D-103105-1091-51-J-132

-25_A-51-C-13S-1091

?eriod of ?e:::fo::::ndnce: C6/01/2C20 t'.:, 05/31/2022 Ct:anqe lle:n DOUD~ Le read as follO'ciS (amoun~ s:'!u.,,n

.1s ~r:e lolal arrour.L):

0 :JOO l Freedom ot Into:::i-,ation Act (?OTA) 2upport l,L::O,O/C.88 Services. 3ase Pericd Line Item Ceiling: Sl,l'::,0,01:J.88 I~creme~tally Funded Amoun::: S894,00C.:JC Acco1,nt.ing Info:

2C20-X02 0 0- FE:C:B.l\.3ED- l 0-10C010-103105-10 91-51-,T-138

-2~:B-51-C-138-1091 Fi,nrlcd: $0. 00 Acco1,nt.ing Info:

2C2 :-xo2 0 0- FE:C:B.l\.3ED-10-10C010-103105-10 91-51-,T-138

-2~:A-51-C-138-1091 Fi,nrlcd: $450, OCO. CO CLange Ite:n lOCD_ t'.:, redd a:o follows (amoun:: :;*iown is ::l:e total affour:t) 10001 L"reedom of lnfo.::::na.L.1on Acl (C*OlA) SurporL U.DU Services. Opl.1on Period Cne.

Arrour.L: $0.0D(Oo~ion L.Lr.e lle:n)

Ar.L.1cioa.Led Lxe.:::cise Llc.le:U5/UJ/2U2~

NSN 7540-01-152-8%7 OPTIONAL FORM ]3614-86)

Sponsored by GSA FAR 14B CFRI 51110 Page 49 of 62

I' CONTRACT ID CODE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I PAG~E I 2 2 AMENDMENT/MODIFICATION co 3 EFFECTIVE DATE REQUISITION/PURCHASE REO. co 15

.1:'UODU!J SC'C 3loc:k 16C ZEROREQ-A'.W-21-022 :J PROJECT NO /II app/1cabie) 6 ISSUED BY CODE )!?CHO 7 ADMINISTERED BY (//other than Item 6) CODE I us '.HC - JJQ

.11.\.CUISI::'Ir;N Jvl.11.NJi.GC:MENT DIVISI'.lN MAIL STOP ~Vif)l-0 /32:J:~

11/A2HINC~ON DC 20':i:l:::-0C:J~

8. NAME AND ADDRESS OF CONTRACTOR (No sl,eet, rnunly Stale and ZIP Codej 9A AMENDMENT OF SOLICITATION NO.

ATHFINDER C'.lNSULT.11.NTS ::.,Le

ll'N A G~OkGJ.,; lllllY 9B. DATED (SEE ITEM 11) 7 25 1 S'l'kJ.,;E'l' NW CUITC: 30(

10A MODIFICATION OF CONTRACTI0ROER NO X

  • /ASHING::'ON DC 20006 GS~OC*238AP.

3131002DFC024 10B DATED (SEE ITEM 13)

CODE 062J6,'.~JU FACILITY CODE c_-,12012020

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation 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 solIcitall0n or as amended by one of the following methods* (a) By completing Items 8 and 15, and returning capIes of the amendment. (b) By acknowledging receipt of this amendment on each copy of the offer submitted. or (c) By separate letter or electronic communication which includes a reference to the sol1cilat1on 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, provided each letter or electronic communication makes reference to the solic1tat1on and this amendment, and is received prior to the opening hour and date specdied 12 ACCOUNTING AND APPROPRIATION DATA (If required)
-1 I A
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 au/honty) 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 ao changes in paying office, appropriation data. etc) SET FORTH IN ITEM 14 PURSUANT TO THE AUTHORITY OF FAR 43 103(b)

X C THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF*

D OTHER /Specify type of mod1f1cat1on and authonty)

E. IMPORTANT: Contractor x Is not is required to sign this document and return copies to the IssuIng of11ce.

14 DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings. including so/,cita~onlcontract subject matter where feasible)

N:-ZC :_,pJ.,;LDCJvl o:_, lNlOkJvlP.'l'lON AC'l' (l"OlA} SUc'l:'::H'l' S1'k\/1C~S RC'asor. for C~odific:at.ion: C";Lric:::- Ad:ninist.:::-c1t.ivc Act.ion l:'e.r.i.od of l:'e.rfc.rmar.ce added for LlNE l'l'L:,1 crnt,JEP (CLlN) 1 S-:-.art. Da-:-.c ArldC'rl 00/01/202C End Ccite Added 05/31/2022 Period ot Pertcrmar.ce: 06;0:/2020 to c~/31/2(22 C'!anqe l~em C-DUC-1 lo .rec.d c.s fellows (amounl shewn i.c; t.hc tot.al a:nount.)

Ccr.l.Lr.ued .

Except as provided herein. all terms and conditions of the document referenced In Item 9 Aor 10A, as heretofore changed remains unchanged and in full force and effect 15A NAME AND TITLE OF SIGNER /Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or prmt) 15B CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B UNITED STATES OF AMERICA 16C DATE SIGNED Previous ed1t1on unusable STANDARD FORM 30 (REV 11/2016)

Prescribed by GSA FAR (48 CFR) 53 243 Page 50 of 62

REFERENCE NO. OF DOCUMENT BEING CONTINUED Oe CONTINUATION SHEET *~Sl DF2 ]SAA/ 3131002 0:CC-024 / roo 004 2 NAME OF OFFEROR OR CONTRACTOR I'A::'H:CINC:C:R CONSULTANTS LLC ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT IA) IBI (C) (D) (:C:) IF) 0DU0l L".ceedom of lnfo.::::na.L.1on Acl (C*OlA) Surpo.rL 1,l~U,07U.88 Services. 3ase .l:'e.ricd Line llem Ce.1lin7: .Sl,150,U7D.88 l r.c .cemer. Lc.11 v ~*unded Amoun~: .so 9,; ,0UU.DU NSN 7540*0 1* 152-8%7 OPTIONAL FORM ]36 14-86)

Sponsored by GSA FAR 14B CFRI 51110 Page 51 of 62

I' CONTRACT ID CODE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I PAG~E I 2 2 AMENDMENT/MODIFICATION co 3 EFFECTIVE DATE REQUISITION/PURCHASE REO. co 15

.1:'UODUS SC'C 3loc:k 16C ZEROREQ-JCIJ-22-C0:JS PROJECT NO /II app/1cabie) 6 ISSUED BY CODE )!?CHO 7 ADMINISTERED BY (//other than Item 6) CODE I us '.HC - JJQ

.11.\.CUISI::'Ir;N Jvl.11.NJi.GC:MENT DIVISI'.lN MAIL STOP ~Vif)l-0 /32:J:~

11/A2HINC~ON DC 20':i:l:::-0C:J~

8. NAME AND ADDRESS OF CONTRACTOR (No sl,eet, rnunly Stale and ZIP Codej 9A AMENDMENT OF SOLICITATION NO.

ATHFINDER C'.lNSULT.11.NTS ::.,Le

ll'N A G~OkGJ.,; lllllY 9B. DATED (SEE ITEM 11) 7 25 1 S'l'kJ.,;E'l' NW CUITC: 30(

10A MODIFICATION OF CONTRACTI0ROER NO X

  • /ASHING::'ON DC 20006 GS~OC*238AP.

3131002DFC024 10B DATED (SEE ITEM 13)

CODE 062J6,'.~JU FACILITY CODE c_-,12012O20

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation 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 solIcitall0n or as amended by one of the following methods* (a) By completing Items 8 and 15, and returning capIes of the amendment. (b) By acknowledging receipt of this amendment on each copy of the offer submitted. or (c) By separate letter or electronic communication which includes a reference to the sol1cilat1on 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, provided each letter or electronic communication makes reference to the solic1tat1on and this amendment, and is received prior to the opening hour and date specdied 12 ACCOUNTING AND APPROPRIATION DATA (If required)
-1 I A
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 au/honty) 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 ao changes in paying office, appropriation data. 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 mod1f1cat1on and authonty)

X "cAR 52.212-4 (c)

E. IMPORTANT: Contractor Is not x is required to sign this document and return copies to the IssuIng of11ce.

14 DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings. including so/,cita~onlcontract subject matter where feasible)

N:-ZC :_,pJ.,;LDCJvl o:_, lNlOkJvlP.'l'lON AC'l' (l"OlA} SUc'l:'::H'l' S1'k\/1C~S T:ric ?',r?OSC' t.o rrodif:; t.h0 t.c1sk order t.o c1dd a :rioliday t.o t.h0 list of rccogniz0d holidays in Seel.Lon L".3, c.nd ~o .:::eplace 'I.1xed Lele-.,,crk' 's<Lllh '*,;crk.Lr.q cn-sile onl; on an as-needed 1

bc1sis in S0ct.ion F.4.

Add to .Section F._i the tcllcwing Federal holiday:

F.3 RECJUJIZED 1-:CLIDAY'.:'

Jur.eleen~h NaL.1onal lr.dependence Da; Ccr.L.Lr.ued .

Except as provided herein. all terms and conditions of the document referenced In Item 9 Aor 10A, as heretofore changed remains unchanged and in full force and effect 15A NAME AND TITLE OF SIGNER /Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or prmt) 15B CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B UNITED STATES OF AMERICA 16C DATE SIGNED 10/21/202~

Previous ed1t1on unusable STANDARD FORM 30 (REV 11/2016)

Prescribed by GSA FAR (48 CFR) 53 243 Page 52 of 62

REFERENCE NO. OF DOCUMENT BEING CONTINUED Oe CONTINUATION SHEET *~Sl DF2 ]SAA/ 3131002 0:CC-024 / roo 005 2 NAME OF OFFEROR OR CONTRACTOR I'A::'H:CINC:C:R CONSULTANTS LLC ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (B) (C) (D) IF)

'F.4 H01-rs uf O:oera::iun' uf Section F 0£ Liis

'd:o .. :: C:::de:::, is hereby dele::ed, c.nd repldced with
l:e fulluwing:

L*'. *1 ECUPS m* OPL:-z.!'.'1' lON

~l:e conlrc.clor rs respor.srble for provrd.i.n7 L'!ese l*'OlA surporl se.:::v.i.ces 8 bus.i.ness tours re.::: de.*;,

,1onda; lh.:::cuq:"1 C*r.i.day. The ec.rlresl slc.rl ~.i.me for wo.:::k.i.n7 rs 6:UO a.m. Laslern T.i.:ne c.nd

~te laLesL end Lrrre [o.::: *,;orkrnq rs G:00 p.:n.

~*te conlrc.clor s:'!all *,;ork cn-s.i.Le a~ NPC llead<7uc.rlers cr.l*; on an as-needed bas.i.s. lf

~tere rs nc c.bsolLle need ~o '.,,o.::::..:: on-srle al NPC llead<7uc.rlers, lhe ccr.l.:::aclcr :nav rerfo.:::rr C*OlA SLpporL servrces al an off-sr~e (r.o~ an NPC) local.i.or., ~he 8 bLsrr.ess hcu.::: rer day oerfcrmar.ce schedule s:'!all De dele.:::rr.i.ned by ~te conlrc.clor.

lr. ~te evenl ~te workload requ.i..:::es :nore lhan cr.e con~raclo.::: personr.el on-sr~e al ~te same Lrme al

~te NPC localron, l:'le conlrac~o.::: shall r.olrfv lhe COP .i.n wrr~.i.n7 c.~ leasl one Dusrness dc.y rn advar.ce so lhal ~te*; cc.r. make a.:::ran7emer.ls for

~emporc.r; ,.,,o.::::..::slal.i.cr.s fo.::: lhe c.dd.i.~.i.onal con~raclo.::: personr.el. The conl.:::aclcr stall, al all l.i.mes, mc.rr.La.i.n an adequc.~e '.,,or:..::fo.:::ce fo.::: lhe ur. .i.nle.:::ruo~ed rerforrrance cf all lasks defrned

',,,.i.l:"1.i.n lhe SOi-'i. The cor.l.:::aclcr rs nol requ.i..:::ed

~o perform servrces Lnder ~hrs Lask order en ~te l*'ederal hol.i.days l.i.sled .i.n Seclrcr. L*'.3, o.::: *,;her.

~te ~'ederc.l Gcverr.mer.l .i.s closed Lnder an

~xecLlrve Order. ~*or closrnqs due le .i.ncle:nen~

'.,,ea~te.:::, or fer admrr. .i.slrc.~.i.ve closrr.qs, L'le con~raclo.::: shall conl.i.nLe ~o prov.i.de surporl fo.:::

NPC t ; wo.::::..::.i.n7 c.~ on of[-srle localron.

c:'errod of c:'e.:::fo.::::nance: U6/Ul/2U2U le 05/Jl/2022 OPTIONAL FORM ]3614-86)

Sponsored by GSA FAR 14B CFRI 51110 Page 53 of 62

I' CONTRACT ID CODE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I PAG~E I ,.

2 AMENDMENT/MODIFICATION co 3 EFFECTIVE DATE REQUISITION/PURCHASE REO. co 15

.1:'UODUG SC'C 3loc:k 16C 0CI0-22-:L2':i PROJECT NO /II app/1cabie) 6 ISSUED BY CODE )!?CHO 7 ADMINISTERED BY (//other than Item 6) CODE I us '.HC - JJQ

.11.\.CUISI::'Ir;N Jvl.11.NJi.GC:MENT DIVISI'.lN MAIL STOP ~Vif)l-0 /32:J:~

11/A2HINC~ON DC 20':i:l:::-0C:J~

8. NAME AND ADDRESS OF CONTRACTOR (No sl,eet, rnunly Stale and ZIP Codej 9A AMENDMENT OF SOLICITATION NO.

ATHFINDER C'.lNSULT.11.NTS ::.,Le

ll'N A G~OkGL lllllY 9B. DATED (SEE ITEM 11) 7 25 1 S'l'kLE'l' NW CUITC: 30(

10A MODIFICATION OF CONTRACTI0ROER NO X

  • /ASHING::'ON DC 20006 GS~0C*238AP.

3131002DFC024 10B DATED (SEE ITEM 13)

CODE NL7 c*:nG2,JCJL FACILITY CODE c_-,12012020

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation 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 solIcitall0n or as amended by one of the following methods* (a) By completing Items 8 and 15, and returning capIes of the amendment. (b) By acknowledging receipt of this amendment on each copy of the offer submitted. or (c) By separate letter or electronic communication which includes a reference to the sol1cilat1on 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, provided each letter or electronic communication makes reference to the solic1tat1on and this amendment, and is received prior to the opening hour and date specdied 12 ACCOUNTING AND APPROPRIATION DATA (If required) Ne L l nc.rec.se ; .; 18 C-, UC- O . C- O See Schedule
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 au/honty) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT OROER NO IN ITEM 10A B THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such ao changes in paying office, appropriation data. 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 mod1f1cat1on and authonty)

X "cAR 52.217-9 E. IMPORTANT: Contractor Is not x is required to sign this document and return copies to the IssuIng of11ce.

14 DESCRIPTION OF AMENDMENTIMOOIFICATION (Organized by UCF section headings. including so/,cita~onlcontract subject matter where feasible)

N:-ZC :_,pJ.,;LDCJvl o:_, HffOkJvll'.'l'lON AC'l' (l"OlA} SUc'l:'::H'l' S1'k\/1C~S T:1c ?',r?OSC' of t.his modific=it.ior. is to:

1.) Exc:::-0is0 opt.ior. ?Cried 2, -:-.r.crcb:; cx-:-.cnrling L1c period of pc:::-for:nancc Dy 12 mor.t.:1s from 06/1/2022 to 05;3_/2023; 2.) Ir.c::-ease t.1e exe::-cised ceiling value by $':i98, 6':iO .12 tro:i-1 $~, l:JC, 0 /0 .88 ::0 Sl, /48, /21. 0:J; 3.) :Jbligate fur:ds in the c.:nount of $480, ODD. DD,  ::l:ereby increasing ::l:e total obliga::ed a:nount tr0m $894,0CO.CO ::0 Sl,3/4,CO:J.0:J; and

4. J Rcvi.c;c \.. 4. 1 ir. t.r.c 3r;w.

JUl ot.hc-,r t.0rm.c; and condit.ior.s rc:nain t.h0 sc1rr0.

Ccr.L.Lr.ued Except as provided herein. all terms and conditions of the document referenced In Item 9 Aor 10A, as heretofore changed remains unchanged and in full force and effect 15A NAME AND TITLE OF SIGNER /Type or print) 16A. NAME ANO TITLE OF CONTRACTING OFFICER (Type or prmt) 15B CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B UNITEO STATES OF AMERICA 16C DATE SIGNED

<--~-

,~ -c-c __ , ~*

C-~/ll/2022 Previous ed1t1on unusable STANDARD FORM 30 (REV 11/2016)

Prescribed by GSA FAR {48 CFR) 53 243 Page 54 of 62

REFERENCE NO. OF DOCUMENT BEING CONTINUED Oe CONTINUATION SHEET *~Sl DF2 ]SAA/ 3131002 O?C-024 / roo DD 6 4 NAME OF OFFEROR OR CONTRACTOR I'A::'H?INC:C:R CONSULTANTS LLC ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (B) (C) (D) IF)

~'oLal Otl.qaLed Arrour.L: $1,J7,;,ouu.uu (Chc.nqed) 3ase and Lxe.:::eised Ce.i.linq AmeLn~: .Sl, 71[8, 721. UD (Clnr.qed) 3ase and All Or;L.1ons Amoun~; .S2, 98*1, 787. 96

( Uner:anqed)

'er.1od of ::'e.:::Io.::::nanee: C-6/~/2022 Lo C-5/31/2023 (Clnr.qed)
'er.1od of ::'e.:::Io.::::nanee: U6/Ul/2U2U Le 05/31/2023 cr:ange Ite~ OOCO: te read as tollows(amoun~ s~own is ~r.e total arr.our.t):

00001 FrcC'rlom of Info:::-~at.ion Act (?01.11.) Snpport. 1,748,721.00 3crvicC's. 3asC' PC'riorl Line' It.cm Ceiling: 51,748,721.00 Ir.crcmC'r.t.all:; Funrlcrl Jl.moun-:-.; 51,374,000.00 AC::C'.)Ulting Info; 2C20-XD20D-FE:C:BASED-10-10C01D-103105-1091-51-J-132

-25_8-51-C-135-1091 Fuded: $0. OD Ac::cou1ting Info; 2C2_-XD20D-FE:C:BASED-10-10C01D-103105-1091-51-J-132

-25_A-51-C-13S-1091 Fuded: $0. OD Ac::cou1ting Info; 2C22-XD20D-FE:C:BASED-10-10C01D-103105-1091-51-J-132

-25_A-51-C-13S-1091 FLr1ded: $450,0CD.CO Ct:anqe lLe:n 2UUD~ Le read as IollO'ciS (amoun~ s:--iu..,n

.1s ~r:e Lolal arrour.L):

20001 Freedom ot Into::-:i-,ation Act (?OIA) 2upport C.00 Services. Option Period Twe.

NSN 7540-01-152-8%7 OPTIONAL FORM ]3614-86)

Sponsored by GSA FAR 14B CFRI 51110 Page 55 of 62

GS10F238AA/31310020F0024 As a result of this modification, Section C.4.1. shall be deleted in its entirety and replaced with the following:

"C.4.1 Provide technical assistance in processing FOIA requests and appeals The contractor shall provide technical assistance in processing FOIA requests and appeals in accordance with applicable federal and NRC regulations and directives referenced under C.18 Applicable Publications. The contractor shall be knowledgeable of these regulations, which include the Freedom of Information Act and Privacy Act at 5 U.S.C. 552 and 5 U.S.C. 552a, NRC's regulations on Public Records in 10 CFR 9, and the NRC Management Directive 3.1 (FOIA). The contractor shall utilize internal NRC procedures to assist with processing cases and appeals, but shall also have the ability to apply FOIA and Privacy Act exemptions to a variety of responsive records. The contractor shall also use a FOIA processing and redaction software tool provided by the NRC subsequent to task order award.

All new cases and appeals will be assigned from the COR/FOIA Officer to the contractor's Team Lead. The Team Lead shall assign the cases and appeals to the appropriate contractor employee.

The contractor shall communicate with requesters, agency offices, and outside submitters of information to resolve unanswered questions, clarify the scope, and to verify FOIA exemptions.

The contractor shall also communicate with the NRC's Office of General Counsel (OGC) regarding legal reviews of FOIA packages, as well as the Office of Enforcement (OE), for any necessary back-end reviews.

The contractor shall comply with the FOIA statute, which mandates that agencies respond within 20 business days to a FOIA request, unless an unusual circumstance applies, i.e., if the request involves a "voluminous" amount of records that must be located, compiled, and reviewed, or consultation is needed with another Federal agency that may have originated the information or have a substantial interest in the information. The contractor shall coordinate with the COR/FOIA Officer in these circumstances where a delay may be excused for an additional 10 business days.

Finalize FOIA Responses Each individual contractor employee shall submit his/her completed response directly back to the contractor's Team Lead. The contractor Team Lead shall then review all partial or final responses to a FOIA request before providing the response directly to the COR/FOIA Officer for signature. For OIG, the contractor's Team Lead shall submit cases with responsive records to the OIG for final signature as the COR/FOIA Officer will not provide final signature for this office.

When the COR/FOIA Officer (or OIG) signs off on the final response to the contractors' FOIA cases, the contractor shall submit the processed responsive records to the requesters. The contractor shall also post processed responsive records via the FOIAonline portal, when the determination has been made by the COR/FOIA Officer that the records are suitable for public posting. The NRC's Document Processing Center (DPC) will then post the records to the public via the Agencywide Documents Access and Management System (ADAMS).

On workdays when the COR/FOIA Officer, or other federal employees in the FOIA team who could be delegated to act on the COR/FOIA Officer's behalf, are not working and therefore can't assign new FOIA cases and appeals to the contractor Team Lead; the COR/FOIA Officer will in 3

Page 56 of 62

GS10F238AA/31310020F0024 advance, direct the contractor Team Lead to access to the FOIA tracking system for new cases and appeals, and assign them only amongst the contractor FOIA team staff. The contractor Team Leader can't assign work to the federal staff."

All terms and conditions remain the same.

4 Page 57 of 62

I' CONTRACT ID CODE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I PAG~E I ,.

2 AMENDMENT/MODIFICATION co 3 EFFECTIVE DATE REQUISITION/PURCHASE REO. co 15

.1:'UODU7 SC'C 3loc:k 16C ZEROREQ-JCIJ-22-(133 PROJECT NO /II app/1cabie) 6 ISSUED BY CODE )!?CHO 7 ADMINISTERED BY (//other than Item 6) CODE I us '.HC - JJQ

.11.\.CUISI::'Ir;N Jvl.11.NJi.GC:MENT DIVISI'.lN MAIL STOP ~Vif)l-0 /32:J:~

11/A2HINC~ON DC 20':i:l:::-0C:J~

8. NAME AND ADDRESS OF CONTRACTOR (No sl,eet, rnunly Stale and ZIP Codej 9A AMENDMENT OF SOLICITATION NO.

ATHFINDER C'.lNSULT.11.NTS ::.,Le

ll'N A G~OkGL lllllY 9B. DATED (SEE ITEM 11) 7 25 1 S'l'kLE'l' NW CUITC: 30(

10A MODIFICATION OF CONTRACTI0ROER NO X

  • /ASHING::'ON DC 20006 GS~0C*238AP.

3131002DFC024 10B DATED (SEE ITEM 13)

CODE NL7 c*:n62,JCJL FACILITY CODE c_-,12012020

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14, The hour and date specified for receipt of Offers is extended. 1s not extended Offers must acknowledge receipt of this amendment prior to the hour and date specified 1n the sol1citall0n or as amended by one of the following methods* (a) By completing Items 8 and 15, and returning cap1es of the amendment. (b) By acknowledging receipt of this amendment on each copy of the offer submitted. or (c) By separate letter or electronic communication which includes a reference to the sol1cilat1on 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, provided each letter or electronic communication makes reference to the solic1tat1on and this amendment, and is received prior to the opening hour and date specdied 12 ACCOUNTING AND APPROPRIATION DATA /If required) Ne L Dec.rec.Se ; - '.;; 9 G, UC- O
  • C- O See Schedule
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 au/honty) 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 ao changes in paying office, appropriation data. 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 mod1f1cat1on and authonty)

X "cAR 52.24.<-l C>1angc:c;-Fixcd-Pric:c.

E. IMPORTANT: Contractor 1s not x is required to sign this document and return copies to the 1ssu1ng of11ce.

14 DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings. including so/,cita~onlcontract subject matter where feasible)

'1':'le Dl,.tncse of llus mod.1I.i.cal.1cr. .1s Lo:

1.) kev.1se Sec~ion b.!J .!:'.rice Sct:edl,le Lo .redl,ce CLlN C-ODlAA (:.,£,'.!:'} t;  :;l!J!J,5Ul.7G ~o .reilecL ar:t.ual :c;C'rvicC'.c; prcwidcd . *!J...c; a rc.c;1,lt, Lric follov,;ir.g char.gC'.c; :c;:riall bC' made:

a. The value uf CLIN decrec.ses by .Sl44,501.76 fru:n $461,340.00 tu ,S3_6,B3B.24;
b. The 0acce all exercicced opticr. value dec::-eases by 5144,::::L. /6 trom $1, /48, 12~.:JO tc

$_,604,2_9.24;

c. The 0acce and all opticns val1-e decreases ty $144,:JCl./(. tro:i-1 $2,984, /81.9(. -:o

$2,84C,286.2C; and 2.) Cc-obligate' $Cl6,0C0.00 of FY22 fur.de; . *!J...c; a n,.c;,,l-;-_ t.hc tot.al ohligat.C'd a:nount. dccrca:c;cc; Ccr.L.1r.ued

  • Except as provided herein. all terms and conditions of the document referenced 1n Item 9 Aor 10A, as heretofore changed remains unchanged and in full force and effect 15A NAME AND TITLE OF SIGNER /Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or prmt) 15B CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B UNITED STATES OF AMERICA 16C DATE SIGNED

<--~-

,~ -c-c __ , ~*

C-7/12/2022 Previous ed1t1on unusable STANDARD FORM 30 (REV 11/2016)

Prescribed by GSA FAR {48 CFR) 53 243 Page 58 of 62

REFERENCE NO. OF DOCUMENT BEING CONTINUED Oe CONTINUATION SHEET *~Sl DF2 ]SAA/ 3131002 0:CC-024 / roo 007 4 NAME OF OFFEROR OR CONTRACTOR I'A::'H:CINC:C:R CONSULTANTS LLC ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (B) (C) (D) IF) ho:n $1,374,DOC.OC :.o $1,278,0CD.CO.

'lease see conl.LnLct~ion pc.:ies for delct.Lled cr:anqes.

-:'otal Jtligated Arr.0ur.t: $1,2/8,:JOC.OC (Changed) 3ase and Exe:::cised Ceiling AmcLn:.: Sl,6(4,219.24 (Char.ged) 3ase and All Options Amoun:.: 52,840,286.2:J (Char.ged)

?eriod ot ?e:::to:::~ance: CG/:;2022 t0 c~/31/2023 (Uncr.anged)

?eriod ot ?e:::to:::~ance: C(/01/2(20 tc 0~/31/2023

\.f'.angc It.0~ OOCO: t.o r0ad c1s follow.c; (amoun-:-. s.riovm is -:-.r.c t.ot.c1l c1rr01ir.t.) :

00001 Freedom of Info::::ndtion Act (:COIA) Support l, 604,219.24 Services. 3a:;e I'eri'.:ld Line Item Ceiling: Sl,EC-4,219.24 Ir:crerner:tc.lly Funded Amoun:.: Sl,278,COD.OD ACC"CLnLinq lnfo:

2U2U-XD2 0 Cl- n:;~GASLLJ-10-1 OGUl 0-103105-1 Cl 91-51-,J- l 38

-25_J.3-5l-~-138-1U91 l*'Lnded: $0. OD ACC"CLnLinq lnfo:

2U2 _ -XD2 0 D- l"L~GASLLJ-10-1 OGUl 0-103105-1 Cl 91-51-,J- l 38

-25_A-51-~-138-1U91 l*'Lnded: $0. OD ACC"CLnLinq lnfo:

2U22-XD2 0 Cl- l"L~GASLLJ-10-1 OGUl 0-103105-1 Cl 91-51-,J- l 38

-25_A-51-~-138-1U91

~*Lnded: -$96,UUD.UO NSN 7540*01*152-8%7 OPTIONAL FORM ]3614-86)

Sponsored by GSA FAR 14B CFRI 51110 Page 59 of 62

GS-10F-238AA/31310020F0024 B.4 PRICE SCHEDULE BASE PERIOD OF PERFORMANCE: June 1, 2020 to May 31, 2021 CUN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE OOOlAA FOIA Support Services (Firm Fixed Price) (b)(4) $316,838.24

  • Pathfinder also understands that this is FFP contact, but conditioned that invoicing for the currently filled 2 positions will commence as FFP and the vacant positions will not be invoiced as FFP until EOD date.

OOOlAB FOIA Support Services (Labor Hour) $105,964.80 (b)(4)

$316,838.24 TOTAL LABOR HOUR PRICE $105,954.80 OPTION PERIOD ONE PERIOD OF PERFORMANCE: June 1, 2021 to May 31, 2022 CLIN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 1001AA FOIA Support Services (Firm Fixed Price) $473,921.28 (b)(4) 1001AB FOIA Support Services (Labor Hour) $108,844.80 TOTAL FIRM FIXED PRICE $473,921.28 TOTAL LABOR HOUR PRICE $108,844.80 OPTION PERIOD TWO PERIOD OF PERFORMANCE: June 1, 2022 to May 31, 2023 CUN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 2001AA FOIA Support Services (Firm Fixed Price) $486,848.52 (b)(4) 2001AB FOIA Support Services (Labor Hour) $111,801.60 TOTAL FIRM FIXED PRICE $486,848.S2 TOTAL LABOR HOUR PRICE $111,801.60 OPTION PERIOD THREE PERIOD OF PERFORMANCE: June 1, 2023 to May 31, 2024 CLIN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 3001AA FOIA Support Services (Firm Fixed Price) $500,131.20 (b)(4)

Page 60 of 62

GS-10F-238AA/31310020F0024 3001AB FOIA Support Services (Labor Hour) $114,854.40 (b)(4)

TOTAL FIRM FIXED PRICE $S00,131.20 TOTAL LABOR HOUR PRICE $114,8S4.40 OPTION PERIOD FOUR PERIOD OF PERFORMANCE: June 1, 2024 to May 31, 2025 CUN DESCRIPTION QTY I UNIT I UNIT PRICE TOTAL PRICE 4001AA FOIA Support Services (Firm Fixed Price) $505,094.16 (b)(4) 4001AB FOIA Support Services (Labor Hour) $115,987.20 TOTAL FIRM FIXED PRICE $505,094.16 TOTAL LABOR HOUR PRICE $11S,987.20 TOTAL BASE AND ALL OPTIONS AMOUNT (FFP): $2,282,833.40 TOTAL BASE AND ALL OPTIONS AMOUNT (LH): $SS7.4S2.80 Page 61 of 62

VCbV F e ? P " k

1//t,

~ ~ fl r _T ez ,J U /1 °/ 2~ $ ~

/ /f ~ ,, ,, _ j /

/9-7 y ,:  ; ,, / ~ ,? f r ~ ~ ~ A /;£ :e ,

C 'Pa/h)J;,/<':1/' U /J S u -~ ~ , U C .

7/2/3 t,.Je,,,._,lc/ ~ .I/ I ~ r /2 ./2- t'w ?-

~

~ i)o,,1  ::, ,)A, ~ :I d 6 IP " :r

~/~

,::;;;z{l,,,;c 7 u Y ~ ,, :: ?~ ~ 0 5 5 6 ,

Page 62 of 62