ML18219B033: Difference between revisions

From kanterella
Jump to navigation Jump to search
(Created page by program invented by StriderTol)
 
(Created page by program invented by StriderTol)
 
(2 intermediate revisions by the same user not shown)
Line 3: Line 3:
| issue date = 08/07/2018
| issue date = 08/07/2018
| title = Modification No. 003 to Task Order No. NRC-HQ-60-17-T-0001 Under Contract No. NRC-HQ-60-14-E-0002
| title = Modification No. 003 to Task Order No. NRC-HQ-60-17-T-0001 Under Contract No. NRC-HQ-60-14-E-0002
| author name = Mitchell J R
| author name = Mitchell J
| author affiliation = NRC/ADM/AMD
| author affiliation = NRC/ADM/AMD
| addressee name = Arcieri W
| addressee name = Arcieri W
Line 16: Line 16:


=Text=
=Text=
{{#Wiki_filter:___________(x)NRC-HQ-60-17-T-0001 x NRC-HQ-60-14-E-0002 copies of the amendment; (b)
{{#Wiki_filter:1. CONTRACT ID CODE                                    PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1                2
By acknowledging receipt of this amendment on each copy of the offer submitted
: 2. AMENDMENT/MODIFICATION NO.                                3. EFFECTIVE DATE                        4. REQUISITION/PURCHASE REQ. NO.                          5. PROJECT NO. (If applicable)
; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted , such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
M0003                                                        See Block 16C                          RES-18-0401
See Schedule 150135445 INFORMATION SYSTEMS LABORATORIES INC NRCHQ WASHINGTON DC 20555-0001 MAIL STOP 3WFN-05-C64MP ACQUISITION MANAGEMENT DIVISION US NRC - HQ WASHINGTON DC 20555-0001 NRCHQ ATTN  JEFFREY MITCHELL 301-415-5074 MAIL STOP 3WFN-05-C64MP ACQUISITION MANAGEMENT DIVISION US NRC - HQ RES-18-0401 See Block 16C M0003 2 1 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS
: 6. ISSUED BY                                            CODE NRCHQ                                    7. ADMINISTERED BY (If other than Item 6)               CODE    NRCHQ US NRC - HQ                                                                                            US NRC - HQ ACQUISITION MANAGEMENT DIVISION                                                                        ACQUISITION MANAGEMENT DIVISION MAIL STOP 3WFN-05-C64MP                                                                                MAIL STOP 3WFN-05-C64MP ATTN JEFFREY MITCHELL 301-415-5074                                                                    WASHINGTON DC 20555-0001 WASHINGTON DC 20555-0001
/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
: 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)
: 12. ACCOUNTING AND APPROPRIATION DATA (If required) is not extended.
(x) 9A. AMENDMENT OF SOLICITATION NO.
is extended, Items 8 and 15, and returning Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing The above numbered solicitation is amended as set forth in Item 14.
INFORMATION SYSTEMS LABORATORIES INC ATTN WILLIAM ARCIERI                                                                                        9B. DATED (SEE ITEM 11) 11140 ROCKVILLE PIKE ROCKVILLE MD 20852-3106 x 10A. MODIFICATION OF CONTRACT/ORDER NO.
The hour and date specified for receipt of Offers11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSFACILITY CODE CODE 10B. DATED (SEE ITEM 13) 10A. MODIFICATION OF CONTRACT
NRC-HQ-60-14-E-0002 NRC-HQ-60-17-T-0001 10B. DATED (SEE ITEM 13)
/ORDER NO.
CODE                                                          FACILITY CODE                                09/14/2017 150135445
9B. DATED (SEE ITEM 11)9A. AMENDMENT OF SOLICITATION NO
: 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.
.CODE 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)7. ADMINISTERED BY (If other than Item 6)
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning          ___________ copies of the amendment; (b) By 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 solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted , such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
CODE 6. ISSUED BYPAGE  OF  PAGES
: 12. ACCOUNTING AND APPROPRIATION DATA (If required)                                            Net Increase:                                              $50,000.00 See Schedule
: 4. REQUISITION/PURCHASE REQ. NO.
: 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
: 3. EFFECTIVE DATE 2. AMENDMENT/
CHECK ONE         A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
MODIFICATION  NO. 5. PROJECT NO. (If applicable)
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
: 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 09/14/2017 ATTN WILLIAM ARCIERI 11140 ROCKVILLE PIKE ROCKVILLE MD 20852-3106 Net Increase:
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
$50,000.00 CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority)
D. OTHER (Specify type of modification and authority)
THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT B. THE ABOVE NUMBERED CONTRACT
X            52.232-22 "Limitation of Funds" E. IMPORTANT:           Contractor                   x is not   is required to sign this document and return   __________________ copies to the issuing office.
/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF
: 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
: D. OTHER (Specify type of modification and authority) appropriation data, etc.)
The purpose of this modification is to provide incremental funding in the amount of $50,000.00 thereby increasing the total obligations from
SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
E. IMPORTANT: Contractor is not is required to sign this document and return
__________________
copies to the issuing office. ORDER NO. IN ITEM 10A.
52.232-22 "Limitation of Funds" x 14. DESCRIPTION OF AMENDMENT
/MODIFICATION (Organized by UCF section headings , including solicitation/contract subject matter where feasible.
)X The purpose of this modification is to provide incremental funding in the amount of $50,000.00 thereby increasing the total obligations from
$240,000.00 to $290,000.00. Accordingly the Task Order is modified as follows:
$240,000.00 to $290,000.00. Accordingly the Task Order is modified as follows:
Refer to Section B.2 entitled, "CONSIDERATION AND OBLIGATION - COST-PLUS-FIXED-FEE ALTERNATE 1" is hereby deleted in its entirety and replaced with the following:
Refer to Section B.2 entitled, CONSIDERATION AND OBLIGATION - COST-PLUS-FIXED-FEE ALTERNATE 1 is hereby deleted in its entirety and replaced with the following:
Continued ...
Continued ...
16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print
Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect .
)15A. NAME AND TITLE OF SIGNER (Type or print
15A. NAME AND TITLE OF SIGNER (Type or print)                                                           16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
)15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 15B. CONTRACTOR/OFFEROR 16C. DATE SIGNED (Signature of person authorized to sign)(Signature of Contracting Officer)
JEFFREY R. MITCHELL 15B. CONTRACTOR/OFFEROR                                                        15C. DATE SIGNED         16B. UNITED STATES OF AMERICA                                       16C. DATE SIGNED 08/07/2018 (Signature of person authorized to sign)                                                             (Signature of Contracting Officer)
JEFFREY R. MITCHELL STANDARD FORM 30 (REV. 11/2016)Prescribed by GSA FAR (48 CFR) 53.243 Previous edition unusable Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.08/07/2018 ITEM NO.SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NAME OF OFFEROR OR CONTRACTOR 2  2 CONTINUATION SHEET REFERENCE NO.
Previous edition unusable                                                                                                                                    STANDARD FORM 30 (REV. 11/2016)
OF DOCUMENT BEING CONTINUEDPAGE OF INFORMATION SYSTEMS LABORATORIES INC (A)(B)(C)(D)(E)(F)NRC-HQ-60-14-E-0002/NRC-HQ-60-17-T-0001/M0003 B.2 CONSIDERATION AND OBLIGATION-COST-PLUS-FIXED-FEE ALTERNATE I (a) The total estimated cost to the Government for full performance of this contract is
Prescribed by GSA FAR (48 CFR) 53.243
        $348,543.00 of which the sum of $325,355.00 represents the estimated reimbursable costs, and of which $23,188.00 represents the fixed-fee.
 
        (b) There shall be no adjustment in the amount of the Contractor's fixed fee.
REFERENCE NO. OF DOCUMENT BEING CONTINUED                                      PAGE      OF CONTINUATION SHEET NRC-HQ-60-14-E-0002/NRC-HQ-60-17-T-0001/M0003                                    2          2 NAME OF OFFEROR OR CONTRACTOR INFORMATION SYSTEMS LABORATORIES INC ITEM NO.                             SUPPLIES/SERVICES             QUANTITY UNIT UNIT PRICE                   AMOUNT (A)                                       (B)                     (C)   (D)     (E)                         (F)
        (c) The amount currently obligated by the Government with respect to this contract is
B.2     CONSIDERATION AND OBLIGATIONCOST-PLUS-FIXED-FEE ALTERNATE I (a) The total estimated cost to the Government for full performance of this contract is
        $290,000.00, of which the sum of $270,707.00 represents the estimated reimbursable costs, and of which $19,293.00 represents the fixed-fee.
                $348,543.00 of which the sum of $325,355.00 represents the estimated reimbursable costs, and of which $23,188.00 represents the fixed-fee.
        (d) It is estimated that the amount currently obligated will cover performance through March 31, 2019.
(b) There shall be no adjustment in the amount of the Contractor's fixed fee.
        (e) This is an incrementally-funded contract and FAR 52.232 "Limitation of Funds" applies.
(c) The amount currently obligated by the Government with respect to this contract is
        (f) In accordance with FAR 52.216 Fixed Fee,       it is the policy of the NRC to withhold payment of fee after payment of 85 percent of the fee has been paid in order to protect the Government's interest. The amount of fixed-fee withheld from the contractor will not exceed 15 percent of the total fee or $100,000, whichever is less.
                $290,000.00, of which the sum of $270,707.00 represents the estimated reimbursable costs, and of which $19,293.00 represents the fixed-fee.
(d) It is estimated that the amount currently obligated will cover performance through March 31, 2019.
(e) This is an incrementally-funded contract and FAR 52.232 Limitation of Funds applies.
(f) In accordance with FAR 52.216 Fixed Fee, it is the policy of the NRC to withhold payment of fee after payment of 85 percent of the fee has been paid in order to protect the Governments interest. The amount of fixed-fee withheld from the contractor will not exceed 15 percent of the total fee or $100,000, whichever is less.
Accordingly, the maximum amount of fixed-fee that may be held in reserve is $3,478.20.
Accordingly, the maximum amount of fixed-fee that may be held in reserve is $3,478.20.
All other terms and conditions remain unchanged.
All other terms and conditions remain unchanged.
Delivery: 02/19/2020 Delivery Location Code: NRCHQ US NUCLEAR REGULATORY COMMISSION-MAIL PROCESSING CENTER 4930 BOILING BROOK PARKWAY ROCKVILLE MD 20852 USA Period of Performance: 09/14/2017 to 02/19/2020 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)
Delivery: 02/19/2020 Delivery Location Code: NRCHQ US NUCLEAR REGULATORY COMMISSION-MAIL PROCESSING CENTER 4930 BOILING BROOK PARKWAY ROCKVILLE MD 20852 USA Period of Performance: 09/14/2017 to 02/19/2020 NSN 7540-01-152-8067                                                                           OPTIONAL FORM 336 (4-86)
Sponsored by GSAFAR (48 CFR) 53.110}}
Sponsored by GSA FAR (48 CFR) 53.110}}

Latest revision as of 19:58, 20 October 2019

Modification No. 003 to Task Order No. NRC-HQ-60-17-T-0001 Under Contract No. NRC-HQ-60-14-E-0002
ML18219B033
Person / Time
Issue date: 08/07/2018
From: Jeffrey Mitchell
Acquisition Management Division
To: William Arcieri
Information Systems Labs
References
NRC-HQ-60-14-E-0002
Download: ML18219B033 (2)


Text

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 2

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

M0003 See Block 16C RES-18-0401

6. ISSUED BY CODE NRCHQ 7. ADMINISTERED BY (If other than Item 6) CODE NRCHQ US NRC - HQ US NRC - HQ ACQUISITION MANAGEMENT DIVISION ACQUISITION MANAGEMENT DIVISION MAIL STOP 3WFN-05-C64MP MAIL STOP 3WFN-05-C64MP ATTN JEFFREY MITCHELL 301-415-5074 WASHINGTON DC 20555-0001 WASHINGTON DC 20555-0001
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)

(x) 9A. AMENDMENT OF SOLICITATION NO.

INFORMATION SYSTEMS LABORATORIES INC ATTN WILLIAM ARCIERI 9B. DATED (SEE ITEM 11) 11140 ROCKVILLE PIKE ROCKVILLE MD 20852-3106 x 10A. MODIFICATION OF CONTRACT/ORDER NO.

NRC-HQ-60-14-E-0002 NRC-HQ-60-17-T-0001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE 09/14/2017 150135445

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 solicitation or as amended , by one of the following methods: (a) By completing Items 8 and 15, and returning ___________ copies of the amendment; (b) By 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 solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted , such change may be made by letter or electronic communication, provided each letter or electronic communication 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) Net Increase: $50,000.00 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 authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation 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 modification and authority)

X 52.232-22 "Limitation of Funds" E. IMPORTANT: Contractor x is not is required to sign this document and return __________________ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to provide incremental funding in the amount of $50,000.00 thereby increasing the total obligations from

$240,000.00 to $290,000.00. Accordingly the Task Order is modified as follows:

Refer to Section B.2 entitled, CONSIDERATION AND OBLIGATION - COST-PLUS-FIXED-FEE ALTERNATE 1 is hereby deleted in its entirety and replaced with the following:

Continued ...

Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect .

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

JEFFREY R. MITCHELL 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED 08/07/2018 (Signature of person authorized to sign) (Signature of Contracting Officer)

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

Prescribed by GSA FAR (48 CFR) 53.243

REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF CONTINUATION SHEET NRC-HQ-60-14-E-0002/NRC-HQ-60-17-T-0001/M0003 2 2 NAME OF OFFEROR OR CONTRACTOR INFORMATION SYSTEMS LABORATORIES INC ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (A) (B) (C) (D) (E) (F)

B.2 CONSIDERATION AND OBLIGATIONCOST-PLUS-FIXED-FEE ALTERNATE I (a) The total estimated cost to the Government for full performance of this contract is

$348,543.00 of which the sum of $325,355.00 represents the estimated reimbursable costs, and of which $23,188.00 represents the fixed-fee.

(b) There shall be no adjustment in the amount of the Contractor's fixed fee.

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

$290,000.00, of which the sum of $270,707.00 represents the estimated reimbursable costs, and of which $19,293.00 represents the fixed-fee.

(d) It is estimated that the amount currently obligated will cover performance through March 31, 2019.

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

(f) In accordance with FAR 52.216 Fixed Fee, it is the policy of the NRC to withhold payment of fee after payment of 85 percent of the fee has been paid in order to protect the Governments interest. The amount of fixed-fee withheld from the contractor will not exceed 15 percent of the total fee or $100,000, whichever is less.

Accordingly, the maximum amount of fixed-fee that may be held in reserve is $3,478.20.

All other terms and conditions remain unchanged.

Delivery: 02/19/2020 Delivery Location Code: NRCHQ US NUCLEAR REGULATORY COMMISSION-MAIL PROCESSING CENTER 4930 BOILING BROOK PARKWAY ROCKVILLE MD 20852 USA Period of Performance: 09/14/2017 to 02/19/2020 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)

Sponsored by GSA FAR (48 CFR) 53.110