ML22005A084: Difference between revisions

From kanterella
Jump to navigation Jump to search
(StriderTol Bot insert)
 
(StriderTol Bot change)
Line 17: Line 17:


=Text=
=Text=
{{#Wiki_filter:AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
{{#Wiki_filter:}}
: 11. CONTRACT ID CODE                                  IPAGE OF PAGES 1 I              3
: 2. AMENDMENT/MODIFICATION NO.                                      3. EFFECTIVE DATE                      4. REQUISITION/PURCHASE REQ. NO.                          15. PROJECT NO. /If applicable)
P00002                                                            See Bl ock 16C                          ZEROREQ-RES-21-0033
: 6. ISSUED BY                                            CODE      NRCHQ                                    7. ADMINISTERED BY (lfother/han Item 6)                  CODE  I US NRC - HQ ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN-07B20M WASH I NGTON DC 20555-0001
: 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county, State and ZIP Code)                                    9A. AMENDMENT OF SOLICITATION NO.
12 E NGINEERING MECHANICS CORPORATION OF COLUMBUS ATTN GARY HATTERY                                                                                                9B. DATED /SEE ITEM 11) 3 518      RIVERSIDE DRI VE s UI TE 202                                                                                                      10A. MODIFICATION OF CONTRACT/ORDER NO.
X COLUMBUS OH 432211735                                                                                            31310020D0003 31310020F0 101 10B. DATED /SEE ITEM 13)
CODE        014083161                                              FACILITY CODE                                  08/11/2020
: 11. THI S 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 llems 8 and 15, and returning          ____                copies of the amendment; (b) By acknowledging receipt or this amendment on each copy or the offer submitted ; or <c ) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
: 12. ACCOUNTING AND APPROPRIATION DATA (If required)
N/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 authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
B . THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14 , PURSUANT TO THE AUTHORITY OF FAR 43. 103(b).
C . THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
X          52 . 243- 2 CHANGES - COST- REIMBURSEMENT . (AUG 1987) - ALTERNATE I (APR 1 984)
D . OTHER (Specify type of modification end authority/
E. IMPORTANT:            Contractor                7  is not. x1 is required to sign this document and return _ _ _ _ _ _1      __ copies to the issuing office.
: 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, Including sol/citation/contract subject matter where feasible.)
The purpose of t his modification is to : (1) increase t he ceiling by $12 , 017 . 00 , f rom
$1 , 901 , 430 . 00 to $1 , 913 , 447 . 00 , t o al l ow for the purchase of an addi tional GoldSim License and (2 ) t o add t he NRC Form 187 as a n attachment to the task order . See continuation pages for specific changes to t he task order .
Total Obligated Amount : $330 , 000 . 00 (unchanged)
Total Tas k Order Ceiling : $1 , 913 , 447 . 00 (c hanged)
Pe riod of Pe rformance : 09/29/20 20 to 09/30/2024 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.
1SA. NAME AND TITLE OF SIGNER (Type or print)                                                                16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print)
MONIQUE B. WILLIAMS TEL : 30 1-415-6971                              EMAIL : Monique . Williams@ nrc . gov 15B. CONTRACT OR/OFFEROR                                                            15C. DATE SIGNED          16B. UNITED STATES OF AMERICA                                        16C. DATE SIGNED
                                                                                                                ~ -f\,I ""-'"'I--~          I~      L.Jdua-1 2/26/2020 (Signature of person authorized ro sign)                                                                    1s1gnoturo of Contracting Officer)
NSN 7540-0 1-152-8070                                                                                                                                            STANDARD FORM 30 (REV. 10-83)
Previous edllion unusable                                                                                                                                        Prescribed by GSA FAR (48 CFR) 53.243
 
31310020D0003/31310020F0101 Section B - Supplies or Services/Prices was revised as follows.
Summary of Clause Changes:
Clause titled CONSIDERATION AND OBLIGATION- COST-PLUS-FIXED-FEE ALTERNATE I is incorporated as follows:
CONSIDERATION AND OBLIGATION-COST-PLUS-FIXED-FEE ALTERNATE I (a) The total estimated cost to the Government for full performance of this contract is
$1,913,447 of which the sum of $1,793,001 represents the estimated reimbursable costs, and of which $120,446 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 $330,000, of which the sum of $308,000 represents the estimated reimbursable costs, and of which
$22,000 represents the fixed-fee.
(d) It is estimated that the amount currently obligated will cover performance through 01/31/2021.
(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 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. Accordingly, the maximum amount of fixed-fee that may be held in reserve is $18,067.
Clause titled PRICE/COST SCHEDULE is incorporated as follows:
PRICE/COST SCHEDULE CLIN        DESCRIPTION OF SERVICE/SUPPLY              ESTIMATED COST 0001  Labor                                              (b)( 4) 0002  Subcontractor Costs 0003  Travel 0004  ODC SUBTOTAL Indirect Cost Pool (includes Fringe, 0005 Overhead and G&A)
SUBTOTAL                                                              $1,793,001 0006  Fixed Fee                                                  $120,446 TOTAL                $1,913,447 Page 2
 
31310020D0003/31310020FO 101 Section J - List of Documents, Exhibits and Other Attachments was revised as follows.
1 - Li st of Documents, Exhibits and Other Attachments was added and reads as follows.
~ttachment Title                        Date Number 1              NRG FORM 187                                    12/21/2020 Page 3
 
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
: 11. CONTRACT ID CODE                                      IPAGE OF PAGES 1 I              2
: 2. AMENDMENT/MODIFICATION NO.                                      3. EFFECTIVE DATE                      4. REQUISITION/PURCHASE REQ. NO.                            15. PROJECT NO. /II applicable)
P00003                                                            See Bl ock 16C                          RES-21-0162
: 6. ISSUED BY                                            CODE      NRCHQ                                    7. ADMINISTERED BY (If other than Item 6)                  CODE  I US NRC - HQ ACQUISITION MANAGEMENT DI VISION MAIL STOP TWFN-07B20M WASHINGTON DC 20555-0001
: 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county, State and ZIP Code)                                    9A. AMENDMENT OF SOLICITATION NO.
                                                                                                            ~
E NGINEERING MECHANICS CORPORATION OF COLUMBUS ATTN GARY HATTERY                                                                                                98. DATED  /SEE ITEM 11) 3 518      RIVE RSIDE DRIVE s UI TE 202                                                                                                      10A. MODIFICATION OF CONTRACT/ORDER NO.
X COLUMBUS OH 432211 735                                                                                            31310020D0003 31310020F0101 108. DATED /SEE ITEM 13)
CODE        0140831 61                                            FACILITY CODE                                  08/11/2020
: 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 telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If by virtue of this amendment you desire to change an offer already submitted , such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
: 12. ACCOUNTING AND APPROPRIATION DATA(lf required)                                                  Net I nc rease :                                                $100 , 000 . OO 202 1-X0200-FEEBASED-60-60D001-60B1 01 -1032- l l 154-251A-ll-6-15 4- 1032
: 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
CHECK ONE        A. THI S 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, epproprletlon date, etc.) SET FORTH IN ITEM 14 , PURSUANT TO THE AUTHORITY OF FAR 43. 103(b).
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER (Specify type of mod/I/cal/on and authority)
X            FAR 52 . 232-22 LIMITATION OF FUNDS (APR 1 984 )
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 sollcllalion/contract subject matter where feasible.)
The purpose of t his tas k order mod ification is to provide incremental funding in the amount of $100 . 000 . 00 , t hereby i ncreasing the t ot al obligat ion amount from $330 , 000 . 00 t o
$430 , 000 . 00 .
Tota l Obl igated Amount : $430 , 000 . 00 (c hanged)
Total Task Order Ceiling : $1 , 913 , 447 . 00 (un changed )
Pe riod of Per f o rmance : 09/29/2020 to 09/30/2024 Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect .
15A. NAME AND TITLE OF SIGNER (Type or print)                                                                16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print)
Margo Katzper TEL : 301-415-3364                                EMAI L: ma rgo . katzper@ nrc . gov 158. CONTRACT OR/OFFEROR                                                            15C. DATE SIGNED          16B. UNITED STATES OF AMERICA                                          16C. DATE SIGNED (SJ9noture of porson outhon'zod to sign)
                                                                                                                ~                      a-        ~
(Slgnaturo of Contracllllfl Officer) 02/03/2021 NSN 7540-0 1-152*8070                                                                                                                                                STANDARD FORM 30 (REV. 10-83)
Previous edition unusable                                                                                                                                            Prescribed by GSA FAR (48 CFR) 53.243
 
31310020D0003/31310020F0101 Section B - Supplies or Services/Prices was revised as follows.
Summary of Clause Changes:
Clause titled CONSIDERATION AND OBLIGATION- COST-PLUS-FIXED-FEE ALTERNATE I is incorporated as follows:
CONSIDERATION AND OBLIGATION-COST-PLUS-FIXED-FEE ALTERNATE I (a) The total estimated cost to the Government for full performance of this contract is
$1 ,913,447 of which the sum of $1,793,001 represents the estimated reimbursable costs, and of which $120,446 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 $430,000, of which the sum of $402,000 represents the estimated reimbursable costs, and of which
$28,000 represents the fixed-fee.
(d) It is estimated that the amount currently obligated will cover performance through 03/25/2021.
(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 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. Accordingly, the maximum amount of fixed-fee that may be held in reserve is $18,067.
Page 2
 
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
: 11. CONTRACT ID CODE                                      IPAGE OF PAGES 1 I              2
: 2. AMENDMENT/MODIFICATION NO.                                    3. EFFECTIVE DATE                      4. REQUISITION/PURCHASE REQ. NO.                            15. PROJECT NO. /II applicable)
P00004                                                          See Block 16C                          RES-21-02 15
: 6. ISSUED BY                                            CODE    NRCHQ                                    7. ADMINISTERED BY (If other than Item 6)                  CODE  I US NRC - HQ ACQUISITION MANAGEMENT DI VISION MAIL STOP TWFN- 07B2 0M WASH I NGTON DC 20555-0001
: 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county, State and ZIP Code)                                  9A. AMENDMENT OF SOLICITATION NO.
                                                                                                          ~
E NGI NEERING MECHANICS CORPORATION OF COLUMBUS ATTN GARY HATTERY                                                                                              98. DATED  /SEE ITEM 11) 3 518      RI VERSIDE DRI VE s UI TE 202                                                                                                    10A. MODIFICATION OF CONTRACT/ORDER NO.
X COLUMBUS OH 432211 735                                                                                          31310020D0003 31310020F0101 108. DATED /SEE ITEM 13)
CODE        0140831 61                                          FACILITY CODE                                  08/11/2020
: 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 amendmen t 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 O F OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted , such change may be made by letter or electronic communication, provtded each letter or electronic communication makes reference to the solicitation and this amendment. and is received prior to the opening hour and date specified.
: 12. ACCOUNTING AND APPROPRIATION DATA(lf required)                                                Net I nc rease :                                                $274 , 279 . O3 202 1-C0200-FEEBASED-60-60D001-60B1 01 -1032-11-6-154-252A-ll-6-15 4-1032
: 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
CHECK ONE        A . THI S 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, epproprletlon date, etc.) SET FORTH IN ITEM 14 , PURSUANT TO THE AUTHORITY OF FAR 43. 103(b).
C . THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D . OTHER (Specify type of modlflcallon and authority)
X          FAR 52 . 232-22 LIMITATION OF FUNDS (APR 1984 )
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 sollcllalion/contract subject matter where feasible.)
The purpose of t his tas k order mod ification is to provide incremental funding in the amount of $274 , 279 . 03 , t hereby i ncreasing the t ot al obl igation amount from $430 , 000 . 00 t o
$704 , 279 . 03 .
Total Obl igated Amount : $704 , 279 . 03 . 00 (changed)
Total Tas k Order Ceiling : $1 , 913 , 4 47 . 00 (un changed )
Pe riod of Per f o rmance : 09/29/2020 to 09/30/2024 Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect .
15A. NAME AND TITLE OF SIGNER (Type or print)                                                              16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print)
Margo Katzper 158. CONTRACT OR/OFFEROR                                                          15C. DATE SIGNED          16B. UNITED STATES OF AMERICA                                          16C. DATE SIGNED (SJ9noture of porson outhon'zod to sign)
                                                                                                              ~                      a-        ~
(Slgnaturo of Contracllllfl Officer) 03/09/2021 Previous edition unusable                                                                                                                                          STANDARD FORM 30 (REV. 11/2016)
Prescribed by GSA FAR (48 CFR) 53.243
 
31310020D0003/31310020F0101 Section B - Supplies or Services/Prices was revised as follows.
Summary of Clause Changes:
Clause titled CONSIDERATION AND OBLIGATION- COST-PLUS-FIXED-FEE ALTERNATE I is incorporated as follows:
CONSIDERATION AND OBLIGATION-COST-PLUS-FIXED-FEE ALTERNATE I (a) The total estimated cost to the Government for full performance of this contract is
$1 ,913,447 of which the sum of $1,793,001 represents the estimated reimbursable costs, and of which $120,446 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
$704,279.03, of which the sum of $658,200.03 represents the estimated reimbursable costs, and of which $46,079.00 represents the fixed-fee.
(d) It is estimated that the amount currently obligated will cover performance through 09/30/2021.
(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 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. Accordingly, the maximum amount of fixed-fee that may be held in reserve is $18,067.
Page 2
 
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
: 11. CONTRACT ID CODE                                  IPAGE  OF PAGES 1      I        23
: 2. AMENDMENT/MODIFICATION NO.                                  3. EFFECTIVE DATE                        4. REQUISITION/PURCHASE REQ. NO.                        15. PROJECT NO. /If applicable)
P00005                                                          See Block 16C                            RES-21-0369
: 6. ISSUED BY                                            CODE    NRCHQ                                      7. ADMINISTERED BY (lfother/han Item 6)                  CODE  I US NRC - HQ ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN- 07B20M WASH I NGTON DC 20555-0001
: 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county, State and ZIP Code)                                  9A. AMENDMENT OF SOLICITATION NO.
12 E NGINEERING MECHANICS CORPORATION OF COLUMBUS ATTN GARY HATTERY                                                                                              9B. DATED /SEE ITEM 11) 3 518      RI VERSIDE DRI VE s UITE 202                                                                                                      10A. MODIFICATION OF CONTRACT/ORDER NO.
X COLUMBUS OH 432211735                                                                                          31310020D0003 31310020F0101 10B. DATED /SEE ITEM 13)
CODE        014083161                                          FACILITY CODE                                    08/11/2020
: 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 llems 8 and 15, and returning          ____              copies of the amendment; (b) By acknowledging receipt or this amendment on each copy or the offer submitted ; or <c ) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers.          FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT O F OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted , such change may be made by letter or electronic communication, 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. ACCOUNTINGANDAPPROPRIATION DATA(lf required)                                                  Net I ncrease :                                              $130 , 730 . 35 2021-X0200-FEEBASED-60-60D001-60B l 07-103 2-11-6-154-251A-ll-6-154-1032
: 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:
52 . 243 - 2 CHANGES -              COST - REIMBURSEMENT .- ALTERNATE                  I  AND      FAR 52 . 232 - 22 L I MITAT ION OF FUNDS X
D . OTHER (Specify type of modification end authority/
E. IMPORTANT:          Contractor                7 is not    x1 is required to sign this document and return _ _ _ _ _ _1        __ copies to the issuing office.
: 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, Including sol/citation/contract subject matter where feasible.)
The purpose of t his modification is to : (1) change the statement of work to require Task 1 I nterim Technical Letter Report (TLR) updates in response to NRC staff review commen ts wee kly and to revise t he due date for Tas k 1 Final TLR to September 10 , 2021 ; (2) provide increme nta l funding in the amount of $130 , 730 . 35 , t he reby increasing t he total obligation amount from $704 , 279 . 03 t o $835 , 009 . 38 ; and (3 ) change the Contract i ng Officer ' s Representative (COR) to Matthew Homiack a nd t he Alternate COR to Bruce Lin . See continuat i on pages f or specific changes to the task order Contractor ' s Statement of Release In consideration of the modification herein marked complete . The Contractor hereby releases t he Government f r om any and all l iabi l ity under this contract for furt he r equitable Continued .. .
Except as provid eel herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type or print)                                                              16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print)
MONIQUE 8 . WILLIAMS 15B. CONTRACTOR/OFFEROR                                                          15C. DATE SIGNED          16B. UNITED STATES OF AMERICA                                        16C. DATE SIGNED
                                                                                                              ~ -f\,I ""-'"'I--~          I~      L.Jdua-08/30/2021 (Signature of person authorized ro sign)                                                                  1s1gnoturo 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                                              OF CONTINUATION SHEET 31310020D0003/31310020F0101/P0000S                                                                  23 NAME OF OFFEROR OR CONTRACTOR ENGI NEERI NG MECHANICS CORPORATION OF COLUMBUS ITEM NO.                                SUPPLIES/SERVICES            QUANTITY UNIT UNIT PRICE                  AMOUNT (A )                                          (B)                    (C )    (D)    (E )                        (F) adjustme nts attributable to such factors or circumstances g i ving rise to the "Revi sed Statement of Work " .
Total Obligated Amount : $835 , 009 . 38 (changed)
Total Task Order Ceiling : $1 , 913 , 447 . 00 (unchanged)
All o ther terms and condi t ions of t he task order remain the same .
Per iod of Performance : 09/29/2020 t o 09/30/202 4 NSN 7540-01-152-8067                                                                            OPTIONAL FORM 336 (4-86)
Sponsored by GSA FAR /48 CFR\ 53.110
 
31310020D0003/31310020F0101 Section B - Supplies or Services/Prices was revised as follows.
Summary of Clause Changes:
Clause titled CONSIDERATION AND OBLIGATION- COST-PLUS-FIXED-FEE ALTERNATE I is incorporated as follows:
CONSIDERATION AND OBLIGATION-COST-PLUS-FIXED-FEE ALTERNATE I (a) The total estimated cost to the Government for full performance of this contract is
$1 ,913,447 of which the sum of $1,793,001 represents the estimated reimbursable costs, and of which $120,446 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
$835,009.38, of which the sum of $780,500.38 represents the estimated reimbursable costs, and of which $54,509.00 represents the fixed-fee.
(d) It is estimated that the amount currently obligated will cover performance through 01/31/2022.
(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 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. Accordingly, the maximum amount of fixed-fee that may be held in reserve is $18,067.
Section C - Description/Specifications was revised as follows.
Summary of Clause Changes:
Clause titled STATEMENT OF WORK is incorporated as follows:
STATEMENT OF WORK
: 1. EWC TASK ORDER TITLE Technical Support for Component Integrity Assessments
: 2. BACKGROUND The NRC's Office of Nuclear Regulatory Research (RES) provides data, standards, tools, and methods to the NRC's regulatory offices to support their reviews of material performance-related licensing submittals and safety issues. The confirmatory research on materials performance focuses on both the development of methodologies needed to suppo1t regulatory actions and the work supporting the technical bases for codes and standards development. A common theme in this work is a proactive approach to the management of age-related Page 3
 
31310020D0003/31310020F0101 degradation due to mechanisms such as fatigue and stress-corrosion cracking. For example, to better understand how nuclear power plant components are influenced by the phenomenon of primary water stress-corrosion cracking (PWSCC), the NRC is focusing research efforts on continued development of analysis methods and computational tools. The NRC also is assessing the impacts of PWSCC on the leak-before-break behavior of nuclear power plant piping systems.
Criterion 4, "Environmental and Dynamic Effects Design Bases," of Appendix A, "General Design Criteria for Nuclear Power Plants," to Title 10 of the Code of Federal Regulations (10 CFR), Part 50, "Domestic Licensing of Production and Utilization Faci lities," states, in part, that the dynamic effects associated with postulated reactor coolant system pipe ruptures may be excluded from the design basis when analyses that the NRC has reviewed and approved demonstrate that the probability of fluid system piping rupture is extremely low under conditions consistent with the design basis for the piping. Licensees typically have demonstrated compliance with this probabilistic criterion through deterministic and highly conservative leak-before-break analyses.
NUREG-0800, "Standard Review Plan for the Review of Safety Analysis Reports for Nuclear Power Plants: LWR Edition," Section 3.6.3 [ l] provides guidance for the NRC staff's review of licensee analyses submitted in accordance with 10 CFR Part 50, Appendix A, Criterion 4.
NUREG-0800 Section 3.6.3 precludes the assessment of piping systems with active degradation mechanisms. However, it is known that PWSCC is occurring in systems that have been granted prior NRC approval under 10 CFR Part 50, Appendix A, Criterion 4 to exclude dynamic effects associated with postulated reactor coolant system pipe ruptures from the design basis. Given advances in probabilistic methodologies, the NRC staff and industry concluded that it was more appropriate to perform probabilistic analyses of postulated reactor coolant system pipe ruptures to fully address and quantify uncertainties and directly demonstrate compliance with the probabilistic requirements of 10 CFR Part 50, Appendix A, Criterion 4.
To develop the capability to perform the necessary probabilistic analyses, RES worked in collaboration with the Electric Power Research Institute to develop a new computer code called "Extremely Low Probability of Rupture" (xLPR). xLPR is a state-of-the-art probabilistic fracture mechanics code for piping applications. Code development was a multi-year effort that built on the results of a successful pilot study. The code was designed, built, and tested under a rigorous software quality assurance program and provides regulators, industry, researchers, and the public with new quantitative capabilities to analyze the risks associated with nuclear power plant piping systems subject to degradation mechanisms. Core capabi lities of the code include modeling fatigue, stress-corrosion cracking, inservice inspection, chemical and mechanical mitigation, leak rates, and seismic effects.
As the initial regulatory application of xLPR Version 2.0 (V2.0), RES has used the code to study the impacts of PWSCC in systems that have been granted prior NRC leak-before-break approval under 10 CFR Part 50, Appendix A, Criterion 4. These activities included sensitivity studies to identify which models, sub-models, and types of input variables contribute most significantly to uncertainty in the results from the code. RES a lso used xLPR V2.0 to re-evaluate previous leak-before-break analyses for a subset of the current fleet of plants. The re-evaluations considered Page 4
 
31310020D0003/31310020F0101 the impacts of PWSCC, fatigue, inservice inspection, and mitigation to determine the trend in rupture frequencies and other metrics. With the completion of these activities, RES needs to complete re-evaluations of previous of leak-before-break analyses for the remaining plants in the fleet. In addition, RES needs to consider the results and assess cmrent leak-before-break regulations and gu idance and, if applicable, make recommendations for enhancement.
Beyond leak-before-break studies, the xLPR code supports broader NRC efforts to further the use of probabilistic fracture mechanics analyses using state-of-the-art computational tools. To this end, RES has begun publicly distributing the xLPR code with the goal of establishing a user group. Public availability of xLPR V2. l was announced in [2] and details about the code have been presented in various NRC public meetings [3] and [4]. Public distribution and user group participation benefits the NRC in several respects. For example, the broader user base: (a) exercises the code more thoroughly than would be possible if use were limited to only NRC applications, (b) increases confidence in the code's capability to accurately model individual phenomena and system behavior over the required range of conditions, (c) reduces the level of effort required by RES to ensure the val idity of the code's results, and (d) leverages expertise of the users as they identify code deficiencies and errors and propose fixes. Public di stribution is further expected to increase use of the xLPR code to support licensing actions and codes and standards development, and RES needs to maintain the necessary capabilities to support the related regulatory reviews. In concert with these activities, support for continued maintenance and development of the xLPR code is necessary to ensure its long-term usability.
List of
 
==References:==
 
[l] N UREG-0800, "Standard Review Plan for the Review of Safety Analysis Reports for Nuclear Power Plants: LWR Edition," Section 3.6.3, "Leak-Before-Break Evaluation Procedures," Revision 1, March 2007, NRC Agency wide Documents Access and Management System (ADAMS) Accession No. ML063600396
[2] Extremely Low Probability of Rupture (xLPR) Probabilistic Fracture Mechanics Code Version 2.1 Public Release Announcement, NRC ADAMS Accession No. ML20157Al20
[3] Summary of the April 23, 2020, RES Category 3 Public Meeting with EPRI and Stakeholders to Discuss Public Release of the xLPR Probabilistic Fracture Mechanics Code, NRC ADAMS Accession No. ML20142A303
[4] Summary of the June 3, 2020, RES Category 3 Public Meeting with EPRI and Stakeholders to Discuss Models in the xLPR Probabilistic Fracture Mechanics Code, NRC ADAMS Accession No. ML20 l 82A086
: 3. OBJECTJVE(S)
The objective of this task order is to obtain expert technical assistance services from the Contractor to support component integrity assessments. Suppo1t is needed in areas such as the application, maintenance, and development of computational tools and methodologies for Page 5
 
31310020D0003/31310020F0101 perfonning component integrity assessments. Support is also needed to analyze emerging issues and evaluate and develop codes and standards and other aspects of NRC' s regulatory framework related to component integrity.
This requirement falls under Technical Support Service Area (TSSA) 3.4, entitled "Component Integrity and Materials Performance."
: 4. STATEMENT OF WORK TASKS Task 1: Generalization Study The Contractor shall use the xLPR code to study the impacts of PWSCC for the entire fl eet of U.S. pressurized-water reactors (PWRs) to determine whether any changes are needed to current regulatory requirements and guidance related to leak-before-break. The use of other computational tools may be needed to develop inputs for or otherwise support the analyses performed using the xLPR code. Specific activities include, but are not limited to, the following:
A. The Contractor shall review and categorize all PWR piping systems previously approved for leak-before break. The goal of this review and categorization is to reduce, to the extent practical, the number of analyses that will need to be performed.
B. The Contractor shall define the specific analyses necessary to bound each category of piping system. Factors present in the PWR fleet, such as PWSCC mitigation techniques and inservice inspection, shall be considered. Definition of the analyses may be an iterative process, and the results from prior studies should be used to inform this effort.
C. The Contractor shall determine and develop the inputs necessary to perform each of the analyses. Sources for inputs cou ld include the open literature, xLPR-related documentation, prior studies and analyses, and docketed correspondence available from both internal and external NRC ADAMS. The Contractor may also need to perform finite element analyses to develop weld residual stress profile inputs. The Contractor shall promptly communicate any input gaps that it cannot fill to the COR.
D. The Contractor shall execute the analyses using the xLPR code. The Contractor shall compare the results of these analyses against acceptance criteria identified by the COR.
E. Based on the results of the analyses, the Contractor shall prepare an assessment of current regulatory requirements and guidance related to leak-before-break. Recommendations for enhancing these regulations and guidance shall be provided as appropriate.
Task 1 Completion Date: The task shall be completed by September 10, 2021.
Task 1 Anticipated Travel: One trip for up to 3 Contactor personnel of up to 3 days dusation to NRC Headquarters from the Contractor's office(s). (Total of I Trip)
Page 6
 
31310020D0003/31310020F0101 Task 1 Deliverables: The Contractor shall prepare an Analysis Plan for completion of this task.
The Analysis Plan shall, at minimum, include the categories of piping systems, analyses that will be performed to bound each category, completion schedule and status of each analysis, and any potential input gaps. The Contractor shall submit the Initial Ana lysis Plan to the COR no later than 30 days after award of the task order. Thereafter, the Contractor shall maintain and update the Analysis Plan as needed until the task is complete. The Analysis Plan Updates shall be provided to the COR biweekly until the analyses are complete and incorporate any comments provided by the COR.
The Contractor shall submit information (e.g., code input and output files) from the analyses executed per the Analysis Plan (as updated) as they are completed.
In addition, the Contractor shall prepare a Technical Letter Report (TLR) covering all work performed under this task. The Contractor shall prepare the TLR in parallel with performing the analyses executed per the Analysis Plan (as updated). In-progress drafts of the TLR shall be submitted to the COR monthly. The in-progress TLR drafts shall incorporate any comments provided by the COR on the previous submi ssion. The Contractor shall complete the TLR after executing all the analyses in the Analysis Plan (as updated). The Contractor's completed TLR shall be submitted by March O1, 2021.
Thereafter, the Contractor shall support the NRC staff s review of the TLR. The review will be completed in several stages and may take up 5 months to complete. The COR will communicate comments generated as a resu lt of this review process to the Contractor. The Contractor sha ll address all comments and pre pare interim updates to the TLR as necessary. Some comments may require the Contractor to perform additional analyses to address. Interim updates to the TLR shall be provided to the COR weekly during the review process through September 10, 2021. The Contractor shall fina lize and submit the TLR in a form ready for NRC publication by September 10, 2021.
Task 2: xLPR Code Maintenance, Development, and Technical Support Task 2a - xLPR Code Maintenance and Development As directed by the COR, the Contractor shall provide technical assistance to support xLPR code maintenance and development needs. Maintenance activities include, but are not limited to:
developing modifications to code-related products, such as the source and executable code, user manual, data libraries, configuration control documents, and other reference files and documents, to correct identified problems, improve performance or maintainability, keep the products usable in a changed or changing environment, and detect and correct latent faults. Maintenance activities a lso include, but are not limited to: (a) configuration management, (b) documenting, tracking, and processing maintenance requests, (d) performing testing necessary to ensure proper functionality of the code following maintenance-related changes, and (e) electronic storage of files. Development activities inc lude modifications that significantly expand the functional capabilities of the xLPR code.
Page 7
 
31310020D0003/31310020F0101 All maintenance and development activities shall be performed in accordance with the xLPR Software Maintenance Plan, as may be revised from time-to-time, and any implementing procedures as directed by the COR. In addition, all Contractor personnel involved in maintaining or developing the xLPR code shall receive training as specified in the xLPR Software Maintenance Plan and participate in any other supplemental training as directed by the COR. The Contractor shall coordinate its maintenance and development activities with other code maintainers as directed by the COR. It also may be necessary or advantageous for the Contractor to prepare, deliver, and maintain electronic systems to support the effective and efficient performance of the maintenance and development activities. Such systems shall be implemented as approved by the COR.
Task 2b - xLPR Code Technical Support Under this task, the Contractor shall provide a broad range of technical assistance support related to the xLPR code and its various applications. lt includes support for the NRC staff, general analysis and technical support, and support to build the community of public xLPR code users.
Upon request, the Contractor shall assist users from the N RC staff with proper use of the code.
Support may include, but is not limited to, areas such as:
assisting with code installation preparing, optimizing, and troubleshooting issues with inputs investigating, interpreting, and resolving code errors and warnings extracting, aggregating, and interpreting results respond ing to questions about operation of the code and the model s contained therein The Contractor shall respond to all NRC staff user support requests within 2 business days.
Supp01t sha ll be provided via phone, email, or both as appropriate to facilitate the most expeditious resolution. When the total time required to respond to a request is anticipated to or exceeds 3 hours, the Contractor shall notify the COR. Thereafter, any further technical assistance related to the request shall be limited to the time authorized by the COR.
In addition, as directed by the COR, the contractor shall provide general analysis and technical support, including but not limited to:
developing inputs performing analyses usi ng the code and analyzing and interpreting the results conducting sensitivity studies and other statistical analyses investigating and implementing custom changes to the code to accommodate analysis needs assisting with resolution of technical review comments on documents developing and delivering training providing support for resolution of emergent issues The Contractor shall also assist with activities to support and build the community of public users of the code. This will primarily include support for holding up to 3 meetings or workshops per year. These events will generally serve as a venue for sharing information about the code Page 8
 
31310020D0003/31310020F0101 and to provide a means for code users to interface with each other. Contractor support could include, but is not limited to, preparing and delivering guidance and training, conducting studies pertaining to the code and presenting the results, and other engagement activities, The events may be held either in-person or vi,tually; however, only one event per year may be held in-person.
Task 2 Completion Date: Expiration date of the Task Order.
Task 2 Anticipated Travel: One trip per year for up to 2 Contactor personnel of up to 3 days duration to locations at distances similar to NRC Headquarters from the Contractor' s office(s)
(Total of 4 Trips)
Task 2 De liverables: Task 2a de liverables are as required! by the xLPR Software Mai ntenance Plan depending on the scope of the pa1ticular maintenance activities assigned by the COR.
Task 2b de liverables are the draft materials presented at the user group meetings, which shall be submitted no later than 15 days before the meeting is scheduled to be he ld. The Contractor shall incorporate any comments on the draft presentation materials from the COR. The contractor shall provide the final presentation materials no later than 5 days before the meeting is scheduled to be he ld.
Task 3: Codes and Standards Technical Support This task requires the contractor to participate in American Society of Mechanical Engineers (ASME) Boiler and Pressure Vessel (B&PV) Code committees within Section XI, Section Ill, and other appropriate code groups, as instructed by the COR. Some of the issues of importance presented at the committee meetings pertain to aging effects and component integrity issues. In addition, it is anticipated that new developments and results obtained using the xLPR code (e.g.,
new code cases) will be introduced to the ASME B&PV committees. Technical support is needed so that the NRC staff may adequately understand the technical and regulatory issues associated with related code actions so that it may vote appropriately. Accordingly, the Contractor shall prepare for, attend, and prepare a summary of the topics, discussions, and any presentations given at the regular ASME B&PV code meetings. As directed by the COR, the Contractor shall also provide support outside of the regular code meetings. This may include assisting the NRC staff w ith preparing its own code actions or with reviewing code cases or other proposed code actions.
Task 3 Completion Date: Expiration date of the Task Order.
Task 3 Anticipated Travel: Four trips per year for up to 2 Contactor personnel of up to 3 days duration to locations at distances similar to NRC Headquarters from the Contractor's office(s)
(Total of 4 Trips)
Task 3 De liverables: For any Contractor presentations given at the ASME B&PV Code meetings, the draft presentation materials shall be submitted no later than 2 weeks before each Page 9
 
31310020D0003/31310020F0101 meeting. The final presentation materials incorporating any comments from the COR shall be submitted no later than 1 week before each meeting. The Contractor shall prepare and submit a letter report summarizing the meeting minutes and the presentations made at the ASME meetings no later than 2 weeks after each meeting.
Task 4: Ad-Hoc Technical Support The Contractor shall provide ad-hoc technical assistance to the NRC as directed by the COR.
This technical assistance may include, but is not limited to, the following topics:
I.      Benchmarking studies.
II.      Providing training to NRC staff on component integrity topics.
III.      Support for emerging needs on component integrity issues.
TV.      Severe accident considerations on piping issues. Severe accidents, such as seismic damage or high temperature faulted conditions may occur that require help from the contractor to investigate.
V.      Confirmatory analyses on an as-needed basis.
VI.        Emergency needs for rapid assistance on piping related technical issues as they arise.
VIL        Testing to enhance computational tool models and databases. This may include:
: a. material testing, such as fracture testing, cydic testing for mixed hardening WRS fields, creep test update for post-weld heat treatment improvements
: b. leakage rate testing Task 4 Completion Date: Expiration date of the Task Order.
Task 4 Anticipated Travel: None.
Task 4 Deliverables: For each technical assistance request from the COR, the contractor shall prepare and submit a Draft TLR covering all work performed no later than 30 days of completion of the work. Each Draft TLR shall summarize the efforts completed, propose conclusions, and identify recommendations for any issues identified. If the contractor performs material testing, the Draft TLR shall also include thorough descriptions of any material testing performed under this task, including test procedures and matrices, and all test results. The contractor shall also provide any test results in their raw data form and in Excel. The contractor shall prepare a Final TLR incorporating any comments on the Draft TLR from the COR. The contractor shall provide the Final TLR no later than 30 days after the receipt of comments from the COR.
: 5. APPLICABLE DOCUMENTS AND STANDARDS The following documents and standards are applicable to the Task Order:
ASME BPV Code, Sections III and XI xLPR Software Maintenance Plan
: 6. DELIVERABLES/MILESTONE SCHEDULE AND REPORTING REQUIREMENTS The contractor shall provide the deliverables stated in the table below in electronic format unless Page 10
 
31310020D0003/31310020F0101 otherwise directed by the COR. The electronic format shall be provided using a Microsoft-based product, (e.g. , Outlook, Word, Excel, PowerPoint) unless the COR and the contractor specifically agree on another format. All deliverables, with the exception of the Monthly Letter Status Report (MLSR) shall be in the format of draft version, revision version with redline/strikeout with a change-control appendix, and a revised version which shall become the final version. The contractor shall maintain appropriate version control in an electronic format.
The contractor shall explicitly state in its submittal(s) that the product provided is the deliverable for Task/Subtask XX, as fu1ther described below.
The Contractor shall submit the following deliverables to the Task Order COR. Unless otherwise directed by the COR or the Contracting Officer (CO), the Contractor must provide all deliverables except the MLSR as draft products. The COR will review all draft deliverables (and coordinate any internal NRC staff review, if needed) and prov ide comments back to the contractor. The Contractor shall revise the draft deliverable based on the comments provided by the COR and then deliver a revised version of the deliverable, which will then be considered the Fina l Version. When mutua1ly-agreed upon between the Contractor and the COR, the Contractor may submit preliminary or partial drafts to help gauge the Contractor's understanding of the particular work requirement. More than one round of drafts may be needed if the Contractor does not successfully incorporate the COR's comments on the previous draft.
The Contractor shall develop, maintain, and control data, fil es, information, and deliverables pursuant to this Task Order.
DELIVERABLE/MILESTONE SCHEDULE Task No.                      Description                                  Due Date 1 Initial Analysis Plan                          30 days after award of the task order Biweekly until the Contractor 1 Analysis Plan Updates completes all the analyses Analysis information (e.g., code input      Submitted as the analyses are 1
and output files)                            completed 1    In-progress TLR drafts                      Submitted monthly 1    Completed TLR                                March 01, 2021 Interim TLR updates in response to          Submitted weekly during the review 1
NRC staff review comments                    process through September 10, 2021 1    Final TLR                                    September 10, 2021 Deliverables are as required by the xLPR Software Maintenance Plan 2a    depending on the scope of the particular    As directed by the COR maintenance activities assigned by the COR.
Draft xLPR User Group presentation          No later than 15 days before the 2b materials                                    meeting is scheduled to be held 2b    Final xLPR User Group presentation          No later than 5 days before the meeting Page 11
 
31310020D0003/31310020F0101 materials incorporating any comments    is scheduled to be held from the COR Draft ASME B&PV Code meeting            No later than 2 weeks before each 3
presentation materials                  meeting Final ASME B&PV Code meeting No late r than I week before each 3    presentation materials incorporating any meeting comments from the COR Letter report summarizing the topics, discussions, and any presentations      No later than 2 weeks after each of the 3
given at the ASME B&PV code              meetings meetings Draft TLR covering all work performed in response to each technical assistance Duration for support in response to request from the COR. Each draft TLR    each technical assistance request is to 4    shall summarize the efforts completed,  be agreed-upon with the COR. Draft propose conclusions, and identify        TLRs are due no later than 3 0 days recommendations for any issues          after of completion of the work.
identified.
30 days after contractor receipt of COR Final TLR incorporating any comments    comments. If applicable, revisions are 4
from the COR.                            due 30 days after COR request for a rev1s1on.
MLSRs of the IDIQ contract. The MLSRs shall include detailed summary 20th calendar day of the following A ll  of the work effort catTied out and the month labor hours expended on each labor category for the tasks.
The contractor shall submit the raw and processed data and worksheet and/or input files used in analyses with the Draft TLRs, upon request by the COR and with the Final TLRs, in a tabulated Excel format or other format as directed by the COR.
: 7. REQUIRED LABOR CATEGORIES Labor Category                          Minimum Qualification Requirement Page 12
 
31310020D0003/31310020F0101 l)B.S. in Engineering, Science, or similar technical fie ld, And, 2)Minimum 10 years of regulatory research project management and oversight experience Education and Skillsets that are not Required, but Desired for this Task Order Requirement:
                      *M. S. in Engineering, Science, or similar technical field, or equivalent research and/or academic experience
* Demonstrated experience in working with/ managing iwith NRC regulatory research projects
                      *Demonstrated experience in materials science research Project Manager (PM)
                      *Demonstrated experience managing computer code maintenance and development activities
* Knowledge of piping fracture issues in light- water treactor nuclear powerplants
* Knowledge of NRC regulations and guidance as they pertain to leak-before-break
                      *Knowledge of nuclear power plant component integrity
                    ~ssues, such as corrosion, fatigue, stress-corrosion cracking, thermal and mechanical loadings and resulting stresses
                      *Knowledge of American Society of Mechanical Engineers (ASME) codes and standards pettinent to nuclear powerplant design and inservice inspection Page 13
 
31310020D0003/31310020F0101 1.Ph.D. in Engineering, Science, or similar technical field, And, 2.Minimum combined 20 years' experience covering all the following key technical areas:
* Expertise in probabilistic fracture mechanics computer code maintenance, development, and applications
* Expertise in the use of finite element methods with specialized knowledge of user defined subroutines using the ABAQUS computer code (https://www.3ds.com/products-services/simulia/products/abaqus/)
                            *Detailed knowledge of probabilistic risk assessment Subject Matter Expert (SME) methods
* Expertise performing sensitivity analyses, sensitivity studies, stability analyses, uncertainty analyses, and other statistical analyses
                            *Detailed knowledge of piping fracture issues in light-water reactor nuclear power plants
                            *Detailed knowledge ofNRC regulations and gu idance as they pertain to leak-before-break
                            *Detailed knowledge of nuclear power plant component integrity issues, such as corrosion, fatigue, stress-corrosion cracking, thermal and mechanical loadings and resulting stresses Detailed knowledge of ASME codes and standards pertinent to nuclear power plant design and inservice inspection Page 14
 
31310020D0003/31310020F0101 l .Ph.D. in Engineering, Science or similar technical fie ld, IAnd, 2.Minimum combined 10 years' experience covering all
                                    ~he followi ng key technical areas:
* Expertise in probabilistic fracture mechanics computer code maintenance, development, and applications
* Expertise in the use of the GoldSim (http://www/goldsim.com)Monte Carlo simulation software
* Expertise in the development and use of the Extremely Low Probability of Rupture (xLPR) probabilistic fracture mechanics code, Version 2.0 or later
  .        .      .                (https://www.nrc.gov/about-Sen10r Techmcal Reviewer/ Researcher      /          /      h/ .c:      d h l) 1nrc regu1atory researc sa1etyco es. tm
* Expertise performing sens itivity analyses, sensitivity studies, stability analyses, uncertainty analyses, and other statistical analyses
* Detailed knowledge of piping fracture issues in light-water reactor nuclear powerplants
                                      *Detailed knowledge ofNRC regulations and guidance as they pertain to leak- before-break
                                      *Detailed knowledge of nuclear power plant component integrity issues, such as corrosion, fatigue, stress-corrosion cracking, thermal and mechanical loadings and resulting stresses
* Detailed knowledge of ASME codes and standards pertinent to nuclear power plant design and inservice inspection Page 15
 
31310020D0003/31310020F0101 l .M.S. in Engineering, Science or sim ilar technical fie ld, IAnd, 2.Minimum combine 10 years' experience covering all of the following key technical areas:
* Expertise in probabilistic fracture mechanics computer code maintenance, development, and applications
* Expertise in the use of finite e lement methods with specialized knowledge of user defined subroutines using the ABAQUS computer code (https://www.3ds.com/ products-services/simu1ia/products/abaqus/)
* Expertise in the use of the GoldSim (http://www/goldsim.com)Monte Carlo Technical Reviewer                        simulationsoftware
* Expertise in the development and use of the Extremely Low Probability of Rupture (xLPR) probabilistic fracture mechanics code,Yersion 2.0 or later (https://www.nrc.gov/about-nrc/regulatory/research/safetycodes.html)
                                          *Knowledge of piping fracture issues in light- water ireactor nuclear power plants
                                          *Knowledge of NRC regulations and guidance as they pertain to leak-before-break
                                          *Knowledge of nuclear power plant component integrity issues, such as corrosion, fatigue, stress-corrosion cracking, thermal and mechanical loadings and resulting stresses Knowledge of ASME codes and standards pertinent to 111uclear power plant design and inservice inspection
: 8. GOVERNMENT-FURNISHED PROPERTY The NRC shall furnish to the following property for the performance of this task order:
Access to all results from previous NRC task orders, as needed for this project per the COR's determination, including all past data, analyses, and reports.
Access to NRC's internal ADAMS shall be provided to the Contractor's personnel for the search and retrieval of proprietary information.
Access to EPRJ technical reports and data obtained through applicable NRC-EPRJ Memoranda of Understanding, as needed for this project per the COR's determination.
Access to xLPR source and executable code, user manual, data libraries, configuration control documents, and other reference files and documents pertinent to development a nd maintenance of the xLPR code, as needed for this project per the COR's determination.
Page 16
 
31310020D0003/31310020F0101
: 9. PERIOD OF PERFORMANCE Refer to Section F.2 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE
: 10. PLACE OF PERFORMANCE The work to be performed under this task order shall be performed at the Contractor's faci lity except for the travel described in Section 11 .1 of this statement of work.
: 11. SPECIAL CONSIDERATIONS 11.1 TRAVEL/MEETINGS The following travel* may occur under this Task Order:
*Attendance at meeting may be in person or virtually, as approved by the COR.
Travel Description        Task(s)      Location            Date      Days    Attendees Months 1 -12 Program Review at                      Rockville, Various                        TBD        2      Up to 3 NRC                                    MD Task Planning or                      Rockville, 1                              TBD        3      Up to 3 Results Presentation                  MD xLPRCode Maintenance, 2            TBD                TBD        3      Up to 2 Deve lopment and Support ASME B&PV Code 3            TBD                11/2020    3      Up to 2 Meeting ASME B&PV Code 3            TBD                02/2021    3      Up to 2 Meeting ASME B&PV Code 3            TBD                05/2021    3      Up to 2 Meeting ASME B&PV Code 3            TBD                08/2021    3      Up to 2 Meeting Months 13-24 Program Review at                      Rockville, Various                          TBD        2      Up to 3 NRC                                    MD xLPR Code 2            TBD                TBD        3      Up to 2 Maintenance, Page 17
 
31310020D0003/31310020F0101 Development and Support ASME B&PV Code 3      TBD        11/2021    3      Up to 2 Meeting ASME B&PV Code 3      TBD        02/2022    3      Up to 2 Meeting ASME B&PV Code 3      TBD        05/2022    3      Up to 2 Meeting ASME B&PV Code 3      TBD        08/2022    3      Up to 2 Meeting Months 25-36 Program Review at        Rockville, Various            TBD        2      Up to 3 NRC                      MD xLPR Code Maintenance, 2      TBD        TBD        3      Up to 2 Development and Support ASME B&PV Code 3      TBD        11/2022    3      Up to 2 Meeting ASME B&PV Code 3      TBD        02/2023    3      Up to 2 Meeting ASME B&PV Code 3      TBD        05/2023    3      Up to 2 Meeting ASME B&PV Code 3      TBD        08/2023    3      Up to 2 Meeting Months 37-48 Program Review at        Rockville, Various            TBD        2      Up to 3 NRC                      MD xLPRCode Maintenance, 2      TBD        TBD        3      Up to 2 Development and Support ASME B&PV Code 3      TBD        11/2023    3      Up to 2 Meeting ASME B&PV Code 3      TBD        02/2024    3      Up to 2 Meeting ASME B&PV Code 3      TBD        05/2024    3      Up to 2 Meeting ASME B&PV Code    3      TBD        08/2024    3      Up to 2 Page 18
 
31310020D0003/31310020F0101 I Meeting Trave l Notes-
: a. All Contractor travel requires prior written approval from the COR.
: b. The number of trips, number of contractor personnel, duration, location, may be modified based on meeting c ircumstances and COR's need for contractor support. Contractor shall implement travel cost-sharing measures (e.g., sharing rental car) if possible.
: c. At the discretion of the COR, meetings may be conducted via telephone, video conference, or at the Contractor's office(s).
: d. All travel conducted pursuant to this task order is billable at Federal per diem rates, in accordance with Federal Travel Regulations.
11.2 SECURITY The work will be UNCLASSIFIED; but requires an IT Security Level II Access.
Work on this task order may involve the handling of documents that contain proprietary information. The contractor shall safeguard documents containing proprietary information against unauthorized disclosure. After completion of work, the contractor shall either destroy the documents or return them to the NRC. If they are destroyed, please confirm this in an e-mail to the COR with a copy to the CO and include the date and manner in which the documents were destroyed.
11.3 KEY PERSONNEL Refer to Section H.5 KEY PERSONNEL for Name and Labor Category/ Position of Key Personnel.
Contractor personnel performing this work shall have experience and/or education -- at a minimum a bachelor's degree in engineering/science or equ ivalent experience and at least 20 years of related experience (combined of all staff) in one or more of the following key technical areas:
Expertise in probabilistic fracture mechanics computer code maintenance and development Expertise in finite element method with specialized knowledge of user defined subroutines using ABAQUS computer code (https://www.3ds.com/products-serv ices/simulia/products/abaqus/)
Expertise in the use of GoldSim (http://www/goldsim.com) probabilistic risk assessment suite of software Expertise in the use of the xLPR probabilistic fracture mechanics code, Version 2.0 or later (https://www.nrc.gov/about-nrc/regulatory/research/safetycodes.htrnl)
Detailed knowledge of probabilistic risk assessment Detailed knowledge of uncertainty characterization methodologies Detailed knowledge of primary system piping fracture issues in light-water reactor nuclear Page 19
 
31310020D0003/31310020F0101 power plants Detailed knowledge of NRC regulations and guidance as they pertain to leak-before-break in primary system piping in PWRs Detailed knowledge of co1Tosion, PWSCC, thermal and mechanical loadings and resu lting stresses Detailed knowledge of ASME codes and standards pettinent to nuclear power plant design and inservice inspection 11.4 KEY EQUIPEMENT, CERTIFICATIONS, and ANALYSIS TOOLS The following analysis tools shall be required to perform the research described in this statement of work:
Finite element analysis capabilities with specialized user-defined subroutines using the ABAQUS commercial off-the-shelf software.
Commercial off-the-shelf software required in order to run the xLPR code, including, but not limited to, Microsoft Windows, Microsoft Excel, and GoldSim. Specific versions to be identified by the COR.
11.5 SPEECHES, PRESENTATIONS, PAPERS, AND JOURNAL ARTICLES The Contractor's investigator(s) may publish the results of this work in the open literature or may present papers at public or association meetings at interim stages of the work if the article or paper has been reviewed by the COR in draft form and agreement has been reached on the content. Submit the work in final form to the COR, accompanied by NRC Form 390A, "Release to Publish Unclassified NRC Contractor Speeches, Presentations, Papers, and Journal Articles."
If agreement on the content has not been reached, NRC may also require that the paper include, in addition to the standard statement "Work Supported by the U.S. Nuclear Regulatory Commission," any caveats necessary to cover NRC objections. If NRC objections cannot be covered in this manner, NRC can refuse to authorize publication in the open literature and/or presentation of papers.
The Contractor shall place the following disclaimer on all published papers and articles:
This report was prepared as an account of work sponsored by an agency of the U.S. Government.
Neither the U.S. Government nor any agency thereof, nor any of their employees, makes any warranty, expressed or implied, or assumes any legal liability or responsibility for any third party's use, or the results of such use, of any information, apparatus, product, or process disclosed in this report, or represents that its use by such third party would not infringe privately owned rights. The views expressed in this paper are not necessarily those of the U.S. Nuclear Regulatory Commission.
For additional information, see NRC Management Directive 3.9, "NRC Staff and Contractor Speeches, Presentations, Papers, and Journal Articles on Regulatory and Technical Subjects."
Page 20
 
31310020D0003/31310020F0101 Section H - Special Contract Requirements was revised as follows.
Summary of Clause Changes:
Clause 2052.215-71 is incorporated as follows:
2052.215-71 CONTRACTING OFFICER REPRESENTATIVE AUTHORITY. (OCT 1999)
(a) The contracting officer's authorized representative (hereinafter referred to as the COR) for this contract is:
Name:            Matthew Homiack Address:        U.S. Nuclear Regulatory Commission Office of Nuclear Regulatory Research Washington, DC 20555 Phone:          301-415-2427 E-mail:        Matthew.Homiack@nrc.gov Alternate COR:
Name:            Bruce Lin Address:        U.S. Nuclear Regulatory Commission Office of Nuclear Regulatory Research Washington, DC 20555 Phone:          301-415-2446 E-mail:        Bruce.Lin@nrc.gov (b) Performance of the work under this contract is subject to the technical direction of the NRC COR. The term "technical direction" is defined to include the following:
(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 (SOW) or changes to specific travel identified in the SOW), fills in details, or otherwise serves to accomplish the contractual SOW.
(2) Provide advice and guidance to the contractor in the preparation of drawings, specifications, or technical portions of the work description.
(3) Review and, where required by the contract, approval of technical reports, drawings, specifications, and technical information to be delivered by the contractor to the Government under the contract.
Page 21
 
31310020D0003/31310020F0101 (c) Technical direction must be within the general statement of work stated in the contract. The COR does not have the authority to and may not issue any technical direction which:
(1) Constitutes an assignment of work outside the general scope of the contract.
(2) Constitutes a change as defined in the "Changes" clause of this contract.
(3) In any way causes an increase or decrease in the total estimated contract cost, the fixed fee, if any, or the time required for contract performance.
(4) Changes any of the expressed terms, conditions, or specifications of the contract.
(5) Terminates the contract, settles any claim or dispute arising under the contract, or issues any unilateral directive whatever.
(d) All technical directions must be issued in writing by the COR or must be confirmed by the COR in writing within ten (10) working days after verbal issuance. A copy of the written direction must be furnished to the contracting officer. A copy of NRC Form 445, Request for Approval of Official Foreign Travel, which has received final approval from the NRC must be furnished to the contracting officer.
(e) The contractor shall proceed promptly with the performance of technical directions duly issued by the 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 as 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 the contracting officer to modify the contract accordingly. Upon receiving the notification from the contractor, the contracting officer shall issue an appropriate contract modification or advise the contractor in writing that, in the contracting officer's opinion, the technical direction is within the scope of this article and does not constitute a change under the "Changes" clause.
(g) Any unauthorized commitment or direction issued by the COR may result in an unnecessary delay in the contractor's performance and may even result in the contractor expending funds for unallowable costs under the contract.
(h) A failure of the parties to agree upon the nature of the instruction or direction or upon the contract action to be taken with respect thereto is subject to 52.233 Disputes.
(i) In addition to providing technical direction as defined in paragraph (b) of the section, the COR shall:
(1) Monitor the contractor's technical progress, including surveillance and assessment of performance, and recommend to the contracting officer changes in requirements.
Page 22
 
31310020D0003/31310020F0101 (2) Assist the contractor in the resolution of technical problems encountered during performance.
(3) Review all costs requested for reimbursement by the contractor and submit to the contracting officer recommendations for approval, disapproval, or suspension of payment for supplies and services required under this contract.
(4) Assist the contractor in obtaining the badges for the contractor personnel.
(5) Immediately notify the Security Branch, Division of Facilities and Security (SB/DFS) (via e-mail) when a contractor employee no longer requires access authorization and return of any NRC issued badge to SB/DFS within three days after their termination .
(6) Ensure that all contractor employees that require access to classified Restricted Data or National Security Information or matter, access to sensitive unclassified information (Safeguards, Official Use Only, and Proprietary information) access to sensitive IT systems or data, unescorted access to NRC controlled buildings/space, or unescorted access to protected and vital areas of nuclear power plants receive approval of SB/DFS prior to access in accordance with Management Directive and Handbook 12.3.
(7) For contracts for the design, development, maintenance or operation of Privacy Act Systems of Records, obtain from the contractor as part of closeout procedures, written certification that the contractor has returned to NRC, transferred to the successor contractor, or destroyed at the end of the contract in accordance with instructions provided by the NRC Systems Manager for Privacy Act Systems of Records, all records (electronic or paper) which were created, compiled, obtained or maintained under the contract.
(End of Clause)
Page 23
 
ORDER FOR SUPPLIES OR SERVICES                                                                                    I    PAGE OF PAGES IMPORTANT: Mark all packages and papers with contract and/or order numbers.                                                                                          I    1            I          22 1, DATE OF ORDER          2. CONTRACT NO. gr sry)                                                                                              6. SHIP TO:
31310020DO 0
: a. NAME OF CONSIGNEE 07/21/2021
: 3. ORDER NO.                                          14. REQU ISITION/REFERENCE NO.
RES-2 1-0268                                NUCLEAR REGULATORY COMMISSION 31310021F0071
: 5. ISSUING OFFICE /Address correspondence lo}                                                      b. STREET ADDRESS US NRC - HQ                                                                                        NUCLEAR REGULATORY COMMISSION ACQUISIT I ON MANAGEMENT DIVISION MAIL STOP TWFN- 07B2 0M WASH INGTON DC 20555-0001
: c. CITY                                                          I d. STATE      I e. ZIP CODE WASHINGTON                                                          DC            20555-0001
: 7. TO:    GARY HATTERY                                                                              f. SHIP VIA
: a. NAME OF CONTRACTOR ENGINEERI NG MECHANICS CORPORATION OF COLUMBUS                                                                                          8. TYPE OF ORDER
: b. COMPANY NAME                                                                                                                                                X
: a. PURCHASE                                                b. DELIVERY
: c. STREET ADDRESS                                                                                    REFEREN CE YOUR 3518 RIVERSIDE DRIVE                                                                                                                                          E* cept for billing Instructions on the reverse, this delivery order is SUITE 202                                                                                                                                                    su b)ect to lnstruc~ons contained on this side only of this form and is Please furnish the following on the terms                  Issued subjecl l o the terms and and conditions specified on both sides of
: d. CITY COLUMBUS
                                                            , e. STATE OH I432211735
: r. z IP CODE            this order and on the attached sheet, If anv, includlnQ delivery as indicated.
conditions of lhe above-numbered contract.
: 9. ACCOUNTING AND APPROPRIATION DATA                                                                10. REQUISITIONING OFFICE See Schedu l e                                                                                      OFF OF NUCLEAR REG RESEARCH
: 11. BUSINESS CLASSIFICATION (Check appropriate box/es))                                                                                                          12. F.O.8. POINT x  a. SMALL        ~ b. OTHER THAN SMALL                c. DISADVANTAGED              d. WOMEN-OWNED                    e. HUBZone
: f. SERVICE-DISABLED            g. WOMEN-OWNED SMALL BUSINESS (WOSB)
: h. EDWOSB VETERAN -OWNED              ELIGIBLE UNDER THE WOSB PROGRAM
: 13. PLACE OF                              14. GOVERNMENT BIL NO.                        15. DELIVER TO F.O.8 . POINT                  16. DISCOUNT TERMS ON OR BEFORE (Dote)
: a. INSPECTION Destination IDestination
: b. ACCEPTANCE 30
: 17. SCHEDUL E /See reverse for R ejections)
QUANTITY                    UNIT                                                            QUANTIT Y ITEM NO.                                  SUPPLIES OR SERVICES                                    ORDERED U NIT              PRICE                      AMOUNT                                ACCEPTED (a)                                            (b)                                                (c)      (d)            (el                        (f)                                    (g)
TECHNICAL SUPPORT FOR COMPONENT INTEGRITY ASSESSMENTS Accounting In fo :
2021 - X0 200- FEEBASED 60D001 - 60Bl01-1032 - 17 161-252A-17-6-161-1032 Period of Performance : 07/21/2021 t o Continued ...
: 18. SHIPPING POINT                                      19. GROSS SHIPPING WEIGHT                    20. IN VOICE NO.                                                                17(h)
TOTAL (Cont.
pages)
: 21. MAIL INVOICE TO:
SEE BILLING INSTRUCTIONS
: a. NAME
: b. STREET ADDRESS FISCAL ACCOUNT I NG PROGRAM ADMIN TRAINING GROUP AVERY STREET A3- G
                                                                                                                                                      $0 . 00 ON REVERSE    (or P.O. Box)
BUREAU OF THE FISCAL SERVICE                                                                                                                          17(i)
GRAND PO BOX 1328                                                                                                                                            TOTAL
: c. CITY                                                                                              e. ZIP e,vDE
                                                                                                                                                      $255 , 212 . 08 r*:TE PARKERSBURG                                                                                      26106 -13 28
: 22. UNITED STATES OF                                                                                              23. NAME (Typed) 07/21/2021
                                            ~-a-AMERICA BY (Signature)                                                                                            Margo Katzper
                                                                                    ~                                TITLE: CONTRACTING/ORDERING OFFIC ER AUTHORIZED FOR LOCAL REPRODUCTION                                                                                                                                  OPTIONAL FORM 347 (Re,. 2120121 PREVIOUS EDITION NOT USABLE                                                                                                                                          Pre$Cl'lb0d by GSA/FA.R 48 CFR 53 213(')
 
ORDER FOR SUPPLIES OR SERVICES                                                PAGE NO SCHEDULE - CONTINUATION                                            2 IMPORTANT : Mark all oackaaes and oaoers with contract and or order numbers.
DATE OF ORDER      !CONTRACT NO.                                                                I ORDER NO.
07/21/ 2021 31310020D0003                                                                          31310021F0071 ITEM NO.                          SUPPLIES/SERVICES                        QUANTITY UNIT UNIT                AMOUNT                        QUANTITY ORDERED      PRICE                                            ACCEPTED (a)                                        (b)                            (c)    (d)  (e)                  (f)                              (g) 08/31 / 2 024 TOTAL CARRIED FORWARD TO 1ST PAGE !ITEM 17(Hl!                  _>                              $0.00 AUTHORIZED FOR LOCAL REPODUCTION                                                                                            OPTIONAL FORM 348 JRe,. 4/20061 PREVIOUS EDITION NOT USABLE PrtaMbed by GSA FAR (43 CFR) 153 213!1)
 
8 - Supplies or Services/Prices....................................... .......... .................................................... ......... ...........3 C - Description/Specifications .................................................................................................. ....................... .4 D - Packaging and Marking ............................................................................................................................ 10 E - Inspection and Acceptance .................................. ..................................................................................... I0 F - Deliveries or Performance ...... ............................................................................................ ...................... 10 G - Contract Administration Data .................................................................................. ................................ 11 H - Special Contract Requirements .......................................... ..... ............................................... .................. 13 l - Contract Clauses ............. .. .................................................................................... ............... ...................... 20 J - List of Documents, Exhibits and Other Attachments ....................................................................... .........22 B - Supplies or Services/Prices BRIEF PROJECT TITLE AND WORK DESCRIPTION (a) The title of this project is: Technical support for component integrity.
{b) Summaiy work description: To obtain expert technical assistance services from the Contractor to apply in performing analyses for postulating pipe ruptures in fluid system piping at nuclear power plants.
CONSIDERATION AND OBLIGATION- LABOR-HOUR CONTRACT (a) The ceiling price to the Government for full performance under this contract is$ 255,212.08 (b) The contract includes direct labor hours at specified fixed hourly rates, inclusive of wages, fringe, overhead, general and administrative expenses, and profit.
(c) lt is estimated that the amount currently obligated will cover performance through September 15 , 2021.
(d) This is an incrementally-funded contract and FAR 52.232 " Limitation of Funds" applies.
PRICE/COST SCHEDULE Base Period:
FY202I -TASKS I &2 Contract                                                Unit Labor Category                                                          QTY            Unit                              Amount Type                                                Price        I Project Manager (PM)/
Labor Hour                              HOUR Sr. Tech Reviewer (STR)                                                              24/240 Subject Matter Expert (SME)                                  Labor Hour                    120      HOUR Sr. Tech Reviewer (STR)                                      Labor Hour                      40      HOUR Technical Reviewer (TR)                                      Labor I lour                    96      HOUR Administrative Support (ADMIN)                              Labor Hour                      12      HOUR NOT TO EXCEED SUBTOTAL:                                                                                            b )(4)
FY 2022 - TASKS I & 2 Contract                                                Unit Labor Category Project Manager (PM)/
Type Qli'Y          Unit Price        I Amount Labor Hour                12/120        HOUR Sr. Tech Reviewer (STR)
(b)(4)
Subject Matter Expert (SM E)                                Labor Hour                      80      HOUR Sr. Tech Reviewer (STR)                                      Labor Hour                      40      HOUR
 
(b)(4)
Technical Reviewer (TR)                  Labor Hour        64  HOUR                                      1. . . . * * ****** * * * ** * * * * * * * * * * * * * * * * * * * * * * * * * ** * * * ** * * * * * * * * * * *
(b )( 4)        ... ******""'
Administrative Support (ADMIN)          Labor Hour        12  HOUR NOT TO EXCEED SUBTOTAL:
FY 2023 -TASKS l & 2 Contract                  Unit Labor Category                            QTY      Unit            Amount Type                      Price  I Project Manager (P M)/                                                                                                                                                                                                      (b)(4)
Labor Hour    12/80  HOUR Sr. Tech Reviewer (ST R)
Subject Matter Expert (SME)              Labor Hour      40  HOUR Sr. Tech Reviewer (STR)                  Labor Hour      40  HOUR Technical Reviewer (TR)                  Labor Hour      32  HOUR Administrative Support (ADMIN)            Labor Hour        12  HOUR NOT TO EXCEED SUBTOTAL:
I    ...................., , . .
TOTAL BASE NOT TO EXCEED AMOUNT: $ 21 1,812.39 OPTIONAL TASK: TASK 3 FY 2024 Contract                    Unit Labor Category                Type      Ql'Y      Unit Price    I Amount Project Manager (PM)/
Labor Hour            HOUR (b)(4)
Sr. Tech Reviewer (STR)                                12/60 Subject Matter Expert (SM E)            Labor Hour        40  HOUR                                .. . I***
Sr. Tech Reviewer (STR)                  Labor Hour        40  HOUR Technical Reviewer (TR)                  Labor Hour        32  HOUR Administrative Support (ADMIN)          Labor Hour        12  HOUR
                                                                                                  ..............., - - - (b)(4)
NOT TO EXCEED SUBTOTAL:
I  ..........
TOTAL TASK ORDER CEILING FOR BASE AND OPTIONAL TASK (NOT-TO-EXCEED):
$255,2 12.08 C - Description/Specifications ST A TEMENT OF WORK I. PROJECT TITLE Technical Support for Component Integrity Assessments
: 2. BACKGROUND
 
Regulatory guidance on posrulating pipe ruptures is located in Standard Review Plan (SRP, NUREG-0800),
Section 3.6.2, "Determination of Rupture Locations and Dynamic Effects Associated witb tbe Posn,lated Rupture of Piping," [1] and its related Branch Technical Position (BTP) 3-4, "Postulated Rupture Locations in Fluid System Piping Inside and Outside Containment." [2]
Additional background is provided in Generic Letter 87- 11, "Relaxation in Arbitrary Intennediate Pipe Rupture Requirements," [3] which included an earlier version of BTP 3-4. These documents collectively provide the current NRC staff position on an acceptable means of determining where pipe rupture should be considered to comply with the requirements ofGDC 4.
Finally, Table 4. 1-3 of NUREG-1 800, Revision 2, "Standard Review Plan for Review of License Renewal Applications for Nuclear Power Plants" [4] (SRP-LR) and Table 4.1-2 ofNUREG-2 192, "Standard Review Plan for Review of Subsequent License Renewal Applications for Nuclear Power Plants," [5] (SRP-SLR) identify cumulative usage factor (CUF) analyses as potential plant-specific time limited aging analyses that applicants must address in both license renewal and subsequent license renewal applications.
These current guidelines are conservative and are meant to identify limiting piping locations that experience higher relative stress and fatigue than the remainder of the piping. In addition, the more conservative stress limit provides an additional, unquantified stress margin to address unforeseen causes such as fabrication and installation errors. With respect to CUF, the NRC guidelines use 0.1 as the limit.
The larger margin adopted on CUF is to ensure a conservative margin to account for unanticipated conditions as well as uncertainties in the quality level of piping systems, uncertainty in vibratory loads, and the lack of explicit consideration of environmental effects which can decrease fatigue life.
A quantitative technical basis for the current stress and CUF acceptance criteria is not documented in SRP Section 3.6.2 and BTP 3-4. However, most observed pipe ruptures have typically been at the unanalyzed locations and caused by corrosion and thermal fatigue issues that have been addressed through other programs (e.g., chemistry control, wall thickness monitoring, fatigue monitoring). These conservative stress and CUF acceptance criteria must be maintained throughout long-term operation and are evaluated by licensees in both license renewal and subsequent license renewal applications. Further work is needed to provide alternative acceptance criteria that will reduce excessive conservative margin for the analyzed locations while precluding potential pipe ruptures at the unanalyzed locations.
To address stakeholder feedback on the overly conservative nature of current BTP 3-4 staff guidelines as described above, NRC stafT has continued exploring the possibility of updating the BTP 3-4 guidelines. In June 20 I9, the NRC conducted a public meeting [6] to discuss BTP 3-4 and some proposed alternative approaches for postulating pipe rupture locations. At this meeting, the industry expressed interest in revising BTP 3-4 and presented some of the design costs associated with the current BTP 3-4. As a result, NRC agreed to more thoroughly assess the viability of updating the BTP 3-4 criteria. In August 2019, a working group (comprised of staff from NRO, NRR, and RES) was fonned to develop alternative criteria for posn1lating pipe rupture locations. The working group recommended that a proposed alternative framework for postulating pipe rupture locations in SRP Section 3.6.2 and BTP 3-4 be investigated further in this Work Request. The focus of this investigation will develop the technical basis for ensuring the alternative framework and associated criteria satisfies GDC 4. This proposed alternative acceptance criteria revises the environmentally adj usted CUF criteria to less than or equal to 1.0 and removes the stress range and max stress criteria. The updated staff guidelines will also address lessons learned from new reactor design (e.g., bolted connections). As a part of this alternative acceptance criteria, new reactor appl icants and licensees would be required to address potential piping fai lures due to various failure/degradation mechanisms (e.g., vibration, erosion, flow-induced vibration, intergranular stress corrosion cracking) to ensure that the probability of potential pipe fai lure resulting from those fai lure/degradation mechanisms is extremely low.
In March 2021 , the NRC held another public meeting [7] for the NRC staff to discuss strategies to develop alternative criteria and associated guidance for postulating pipe break locations in piping systems and the corresponding technical basis. At this meeting, the NRC staff engaged in active discussions with external
 
stakeholders on the NRC strategies and received feedback and insights related to operating and new light-water reactors.
List o{Refereuces:
[I] NUREG-0800, "Standard Review Plan for the Review of Safety Analysis Repo11s for Nuclear Power Plants: LWR Edition," Section 3.6.2, "Determination of Rupture Locations and Dynamic Effects Associated with the Postulated Rupture of Piping," Revision 3, December 2016, NRC Agencywide Documents Access and Management System (ADAMS) Accession No. MLl6088A041
[2] NUREG-0800, "Standard Review Plan for the Review of Safety Analysis Reports for Nuclear Power Plants: LWR Edition," Branch Technical Position 3-4, "Postulated Rupture Locations in Fluid System Piping Inside and Outside Containment," Revision 3, December 201 6, NRC ADAMS Accession No. MLl6085A3 15
[3] Generic Letter 87- 11 , "Re laxation in Arbitrary Intermediate Pipe Rupture Requirements," June 19, 1987, NRC ADAMS Accession No. ML l9137A335
[4] NUREG-1 800, "Standard Review Plan for Review of License Renewal Applications for Nuclear Power Plants," Revision 2, December 20 I0, NRC ADAMS Accession No. ML I 03490036
[5] NUREG-2912, "Standard Review Plan for Review of Subsequent License Renewal Applications for Nuclear Power Plants," July 2017, NRC ADAMS Accession No. ML! 7 188A!58
[6] Summary of June 11 , 2019 NRC Category 2 Public Meeting on Branch Technical Position 3-4, NRC ADAMS Accession No. ML19214A095
[7] Summary of March .I , 202 1 NRC Category 2 Public Meeting on Alternative Criteria for Postulating High-Energy Pipe Break Locations, NRC ADAMS Accession No. ML21089A005.
: 3. PROJECT DESCRIPTION AND OBJECTIVE(S)
The objective of this task order is to obtain expert technical assistance services from the Contractor to apply in performing analyses for postulating pipe ruptures in fluid system piping at nuclear power plants.
This requirement fa lls under EWC IDIQ # 313 10020R0004, entitled "Technical Assistance in Support of NRC Nuclear Regulatory Research for Materials, Waste, and Reactor Programs," in Technical Support Service Area (TSSA) 3.4, entitled "Component Integrity and Materials Performance."
: 4. STATEMENT OF WORK TASKS Task 1 -Alternative Framework Task 1.l : The contractor shall perform analyses of fluid piping systems based upon pipe break postulation acceptance criteria that are alternative to BTP 3-4. This alternative acceptance criteria revises the environmentally adjusted CUF criteria to less than or equal to 1.0 and removes the stress range and max stress criteria. Specifica lly, using computational tools, the contractor shall conduct the activities listed below:
Fatigue crack growth analyses and crack stability analyses based upon an assumed flaw and specified piping system parameters, including a discussion of applicable uncertainties.
Determination of time and margin for simulated flaw to become critical for specified piping system parameters.
These activities will be conducted for 3-6 configurations (including multiple analyses per configuration) that vary in light-water reacto r environment (e.g., current operating reactors, NuScale) piping system parameters. These parameters may include thermal and pressure transients that contribute to fatigue, flaw geometry (e.g., axial, circumferential), component geometry (e.g., radius/thickness ratio), and material (e.g., piping, weld). Specific piping system parameters will be provided to the contractor. Any proposal should indicate what computational tools will be used to conduct the analyses and what their capabi Ii ties arc.
 
Deliverable for Task I. I Draft Technical Letter Report (TLR) covering all work performed under this task within 60 days of completion of the task. The Draft TLR prepared by the contactor shall summarize the efforts completed, propose conclusions, and identify recommendations for any issues identified.
Final TLR incorporating any comments on the Draft TLR from the COR. The Final TLR shall be provided no later than 45 days after the COR provides comments to the contractor.
Task 1.2:
The contractor shall submit a draft report that documents the alternative framework and associated acceptance criteria for postulating pipe break locations for operating and new light water reactors. The clements of the framework will be developed by NRC staff and provided to the contractor. Based upon this initial NRC staff input, recommendations, and guidance, as well as discussions with the contractor, the contractor shall document this alternative framework and associated acceptance criteria in a draft report using a fonnat provided by the NRC staff. This alternative framework will incorporate the TLR developed for Task I.I.
Deliverable for Task 1.2 Draft. report documenting the alternative framework and associated acceptance criteria.
Task 2 - Technical Basis NUREG The contractor shall provide technical assistance to the NRC staff in the development of a NU REG that documents the technical basis of the alternative framework and associated acceptance criteria. This NU REG will be based upon work completed under Task 1.1 and follow the alternative framework documented under Task 1.2. Technical assistance may include services such as providing technical advice, operating experience, and other related activities.
Deliverable for Task 2 Technical assistance, as requested, to develop the NRC-generated NUREG.
OPTIONAL Task: Task 3 - Regulatory Guidance The contractor shall provide technical assistance to the NRC staff in the development of draft regulatory guidance that docw11ents the staff position on postulated pipe break and crack location selection. Th is draft regulatory guidance will be based upon work completed under Task 1.2 and be supported by the work completed under Tasks 1.1 and 2. Technical assistance may include providing advice, operating experience, conducting regulatory analysis, and other related activities.
Deliverable for Optional Task: Task 3 Technical assistance, as requested, to develop the NRC-generated draft regulatory guidance.
: 5. APPLICABLE DOCUMENTS AND STANDARDS ASME Boiler & Pressure Vessel Code, Section Ill and Section Xl.
: 6. DELIVERABLES AND DELIVERY SCHEDULE/REPORTING REQUIREMENTS The contractor shall provide tihe deliverables stated in the table below in electronic format unless otherwise directed by the COR. The electronic format shall be provided using a Microsoft-based product, (e.g.,
Outlook, Word, Excel, Power Point) unless the COR and the contractor specifically agree on another format. All deliverables, with the exception of the Monthly Letter Status Report (MLSR) shall be i11 the format of draft version, revision version with rcdlinc/strikeout with a change-control appendix, and a revised version which shall become the final version. The contractor shall maintain appropriate version control in an electronic format. The contractor shall explicitly state in its submittal(s) that the product provided is the deliverable for Task/Subtask "XX"O, as further described below.
The Contractor shall submit the following deliverables to the task order COR. Unless otherwise directed
 
by the COR or the Contracting Officer (CO), the contractor must provide all deliverables except the MLSR as draft products. The COR will review all draft deliverables (and coordinate any internal NRC staff review, if needed) and provide comments back to the contractor. The contractor shall revise the draft deliverable based on the comments provided by the COR and then deliver a revised version of the deliverable, which will then be considered the Final Version. When mutually-agreed upon between the contractor and the COR, the contractor may submit preliminary or partial drafts to help gauge the contractor's understanding of the particular work requirement. More than one round of drafts may be needed if the contractor does not successfully incorporate the COR's comments on the previous draft.
The contractor shall develop, maintain, and control data, fil es, in fomrntion, and deliverables pursuant to this task order.
Deliverable Schedule Task Description                                  Completion Date No.
Draft TLR covering all work performed for Task l.
The Draft TLR shall summarize the efforts I. I                                                    November 202 1 completed, propose conclusions, and identify recommendations for anv issues identified.
Final TLR incorporating any comments from the I. I                                                    January 2022 COR.
Draft report on the alternative framework and 1.2                                                      April 2022 associated acceptance criteria.
Technical assistance to develop NRC staff-2  generated NUREG on the technical basis of the      August 2023 alternative framework.
Technical assistance to develop NRC staff-3  generated Regulatory Guide on the alternative      August 2024 framework.
Acceptance Criteria for Deliverables: The above deliverables shall be submitted to the task order COR.
Unless otherwise directed by the COR or the CO, the contractor must provide all deliverables except the Monthly Letter Status Reports (MLSR) as draft products. The COR will review all draft deliverables (and coordinate any internal NRC staff review, if needed) and provide comments back to the contractor. The contractor shall revise the draft deliverable based on the comments provided by the COR and then deliver a revised version of the deliverable, which will then be considered the Final Version. When mutually-agreed upon between the contractor and the COR, the contractor may submit preliminary or partial drafts to help gauge the contractor's understanding of the particular work requirement./ More than one round of drafts may be needed if the contractor docs not successfully incorporate the COR's comments on the previous draft.
The contractor shall submit the raw and processed data and worksheet and/or input files used in analyses with the Draft TLRs, upon request by the COR and with the Final TLRs, in a tabulated Excel format or other format as directed by the COR.
Note: This delivery schedule may be modified after task order award via Technical Direction from the COR, and CO concurrence.
Technical Directions The COR may issue Technical Directions (TDs) from time to time throughout the duration of the task order. These I Ds must be within scope of the task order SOW and shall not constitute new assignments of work or changes of such a nature as to constitute a change to the task order cost or period of performance.
 
Any modifications to the scope of work, cost, or period of performance of this task order must be issued by the task order Contracting Officer (CO) and shall be coordinated with the task order Contracting Officer's Representative (COR). The COR may issue TDs for the purpose of making adjustments or clarifications to the timing and performance of the tasks/sub-tasks (if applicable) and/or the milestone schedule/delivery schedule of the documents within this task order.
Tn the event that the contractor believes that a TD issued against this task order has an impact in terms of changing the scope, cost, or period of performance of the task order, the contractor shall immediately inform the task order CO and request appropriate guidance prior to taking action on the TD in question.
: 7. GOVERNMENT-FURN ISHED PROPERTY None
: 8. PLACE OF PERFORMANCE The work to be performed under this task order shall be perfonned at the Contractor's facility except for the travel described in Section 9 of this statement of work.
: 9. SPECIAL CONSIDERATIONS TRAVEL/MEETINGS Travel is not anticipated on this Task Order. in the event travel is needed, the COR and CO shall be notified as a modification will be required.
No travel is expected under this task order. lf a need arises, the COR will approve travel as per the conditions below:
: a. All contractor travel requires prior written approval from the COR.
: b. Number of trips, number of contractor personnel, duration, location, may be modified based on meeting circumstances and COR's need for contractor support. Contractor shall implement travel cost-sharing measures (for example sharing rental car) if possible.
: c. At the discretion of the COR, meetings may be conducted via telephone, video conference, or at the contractor site.
: d. Contractor will be authorized travel expenses consistent with the substantive provisions of the federal Travel Regulation (FTR) and the limitation offunds specified in this contract/order. All travel requires written Government approval from the CO, unless otherwise delegated to the COR.
: e. Travel will be reimbursed in accordance with FAR 31.205-46, ''Travel costs" and the General Services Administration's Federal Travel Regulations at: http://www.gsa.gov/portal/content/ 104790. At a minimum, for each known trip/meeting, include the following:
: f. All travel requires prior written approval from the COR.
SECURITY The work will be UNCLASS IFIED.
Work on this task order may involve the handling of documents that contain proprietary information. The contractor shall safeguard documents containing proprietary information against unauthorized disclosure.
After completion of work, the contractor shall either destroy the documents or return them to the NRC. If they are destroyed, please confirm this in an e-mail to the COR with a copy to the CO and include the date and manner in which the documents were destroyed.
KEY EQUIPMENT, CERTIFICATIONS, and ANALYSIS TOOLS The following analysis tools shall be required to perform the research described in this statement of work:
Analysis Capabilities/Tools:
Computational or analytical tool capabilities (e.g., finite element software) with specialized knowledge of
 
crack behavior.
LICENSE FEE RECOVERY All work under this task order is not license fee recoverable.
DATA RIGHTS The NRC shall have unlimited rights to and ownership of all deliverables provided under this contract/order, including reports, recommendations, briefings, work plans and all other deliverables. All documents and materials, to include the source codes of any software, produced under this contract/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 written authorization from the CO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. The definition of"unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.40 I, "Definitions." FAR clause at FAR 52.227- 14, " Rights in Data-General," is hereby incorporated by reference and made a part of this contract/order.
D - Packaging and Marking 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 C lassification Rules, or regulations of other carriers as applicable to the mode of transportation.
(b) On the front of the package, the Contractor shall clearly identify the contract number under which the product is being provided.
(c) Additional packaging and/or marking requirements are as follows: NIA.
BRANDING The Contractor is required to use the statement below in any publications, presentations, articles, products, or materials funded under this contract/order, to the extent practical, in order to provide NRC with recognition for its involvement in and contribution to the project. If the work performed is funded entirely with NRC funds, then the contractor must acknowledge that infonnation in its documentation/presentation.
Work Supported by the U.S. Nuclear Regulatory Commission (NRC), Office of Nuclear Regulatory Research, under Contract/order number 313 10020D0003_3 131002 1F007 l.
E - Inspection and Accepttance INSPECTION AND ACCEPTANCE BY THE NRC (SEP 2013) l nspection and acceptance of the deliverable items to be furnished hereunder shall be made by the NRC Contracting Officer's Representative (COR) at the destination, accordance with FAR 52.247 F.o.b.
Destination.
Contract Deliverables:
Refer to Section C Statement of Work, Subsection 6.
F - Deliveries or Performance PLACE OF DELIVERY-REPORTS The items to be furnished hereunder shall be delivered, with all charges paid by the Contractor, to:
: a. Contracting Officer's Representative (COR):
Refer to Section G.l 2052.215-71 CONTRACTING OFFICER REPRESENTATIVE AUTHORlTY. (OCT 1999)
: b. Contracting Officer (I electronic copy)
End of Clause TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (SEP 20 13)
The period of performance for this project is from 7/2 1/2021 to 08/31/2023, with the option to exercise Optional Task: Task 3 with a period of performance of 09/0 l /2023 - 08/3 l /202 1.
G - Contract Administration Data NRC Local Clauses Incorporated by Full Text ELECTRONIC PAYMENT (DEC 2017)
The Debt Collection Improvement Act of 1996 requires that all payments except IRS tax refunds be made by Electronic Funds Transfer. Payment shall be made in accorda.nce 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 through the Invoice Processing Platform (IPP) (https://www.ipp.gov/). Back up documentation shall be included as required by the NRC's Billing Instructions.
NRCAR Clauses Incorporated By Full Text 2052.2 15-7 1 Contracting Officer Representative authority. (OCT 1999)
(a) The contracting officer's authorized representative (hereinafter referred to as the COR) for this contract is:
Mark Yoo mark.yoo@nrc.gov (b) Performance of the work under this contract is subject to the technical direction of the NRC COR. The tem, "technical direction" is defined to include the fo llowing:
( I) 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 (SOW) or changes to specific travel identified in the SOW), fills in details, or otherwise serves to accomplish the contractual SOW.
(2) Provide advice and guidance to the contractor in the preparation of drawings, specifications, or technical portions of the work description.
(3) Review and, where required by the contract, approval of technical reports, drawings, specifications, and technical information to be delivered by the contractor to the Government under the contract.
(c) Technical direction must be within the general statement of work stated in the contract. The COR does not have the authority to and may not issue any technical direction which:
( 1) Constitutes an assignment of work outside the general scope of the contract.
(2) Constitutes a change as defined in the "Changes" clause of this contract.
 
(3) In any way causes an increase or decrease in the total estimated contract cost, the fixed fee, if any, or the time required for contract performance.
(4) Changes any of the expressed terms, conditions, or specificatio ns of the contract.
(5) Terminates the contract, settles any c laim or dispute arising under the contract, or issues any unilateral directive whatever.
(d) All technical directions must be issued in writing by the COR or must be confirmed by the COR in writing within ten (10) working days after verbal issuance. A copy of the written direction must be furnished to the contracting officer. A copy of NRC Form 445, Request for Approval of Official Foreign Travel, which has received final approval from the NRC must be furn ished to the contracting officer.
(e) T he 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 as 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 o f any instruction or direction and shall request the contracting officer to modify the contract accordingly.
Upon receiving the notification from the contractor, the contracting officer shall issue an appropriate contract modification or advise the contractor in writing that, in the contracting officer's opinion, the technical direction is within the scope of this article and does not constitute a change under the "Changes" clause.
(g) Any unauthorized commitment or direction issued by the COR may result in an unnecessary delay in the contractor's performance and may even result in the contractor expend ing fund s for unallowable costs under the contract.
(h) A failure of the parties to agree upon the nature of the instructio n or direction or upon the contract action to be taken with respect thereto is subject to 52.233 Disputes.
(i) In addition to providing technical direction as defined in paragraph (b) of the section, the COR shall:
(!) Monitor the contractor's technical progress, including surveillance and assessment of perfonnance, 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 fo r reimbursement by the contractor and submit to the contracting officer recommendations for approval, disapproval, or suspension of payment for supplies and services required under this contract.
(4) Assist the contractor in obtaining the badges for the contractor personnel.
(5) Immediately notify the Security Branch, Division of Facilities and Security (SB/DFS)
(via e-mail) when a contractor employee no longer requires access authorization a nd return of any N RC issued badge to SB/DFS within three days after their termination.
(6) Ensure that all contractor employees that require access to classified Restricted Data or National Security Information or matter, access to sensitive unclassified information (Safeguards, Official Use Only, and Proprietary informatio n) access to sensitive TT systems or data, unescorted access to NRC controlled buildings/space, or unescorted
 
access to protected and vital areas of nuclear power plants receive approval ofSB/ DFS prior to access in accordance with Management Directive and Handbook 12.3.
(7) For contracts for the design, development, maintenance or operation of Privacy Act Systems of Records, obtain from the contractor as part of closeout procedures, written certification that the contractor has returned to NRC, transferred to the successor contractor, or destroyed at the end of the contract in accordance with instructions provided by the NRC Systems Manager for Privacy Act Systems of Records, all records (electronic or paper) which were created, compiled, obtained or maintained under the contract.
(End of Clause)
H - Special Contract Requirements NRC Local Clauses Incorporated by Full Text SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY LEVEL I OR LEVEL II ACCESS APPROVAL (JUL 2016)
The contractor must identify a ll individuals selected to work under this contract. The NRC Contracting Officer's Representative (COR) shall make the final detennination 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 lT level J or II access and submit to the Government only the names of candidates that have a reasonable probability of obtaining the level ofIT access approval for which the employee has been proposed. 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 (c) 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 N RC Office of Administration, Division of Facil ities 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 contrnct/order. Failure of the contractor to comply with this requirement may be a basis to terminate the contract/order for cause, or to 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.
SECURJTY REQUIREMENTS FOR IT LEVEL I
 
Perfom1ance under this contract/order will involve contractor personnel who perform services requiring direct access to or operation of agency sensitive information tecltnology systems or data (lT Level 1). The TT Level I involves responsibility for: (a) the planning, direction, and implementation of a computer security program; (b) major responsibility for the direction, planning, and design ofa computer system, including hardware and softw are; (c) 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 (d) the capabi lity to realize a s ignificant personal gain from comp uter access.
Contractor personnel shall not have access to sensitive infom1ation technology systems or data until they are approved by DFS/PSB and they have been so infom1ed in writing by the NRC Contracting Officer's Representative (COR). Temporary 1T 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 1T 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 contract/order. When an individual receives final IT access approval from DFS/PSB, the individual will be subject to a reinvestigation every ten ( I 0) years thereafter (assuming continuous performance under contracts/orders at NRC) or more frequently in the event of noncontinuous performance under contracts/orders at NRC.
CORs arc 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 Fonn (SF) 86 (online Questiormaire 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 fom1s 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 individua l may be denied access to NRC facilities and sensitive information technology systems or data until a final determination is made by DFS/PSB. The contractor individual's clearance status will thereafter be 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," TT Level I contractors shall be subject to the attached NRC Form 187 and SF-86. Together, these furnish 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 infomrntion technology systems, 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 alI other computer or IT positions.
Contractor personnel shall not have access to sensitive infonnation 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 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 perfom1 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 noncontinuous 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 (on line Questionnaire for National Security Positions),
two (2) copies of the Contracto r's signed pre-screening record and two (2) FD 258 fingerprint cha,1s, 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 fonllS arc accurate, complete, and legible. Based on DFS/PSB review of the contractor employee's security forms and/or the receipt of adverse infomrntion 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. Together, these furnish 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, 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 o f the request. Telephone notifications must be promptly confirmed by the contractor in writing to the NRC Contracting Officer's Representative (COR), who will fo1ward 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 volunta1y or involuntary separation of employment of a contractor employee who has been approved for or is being processed for IT access.
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 TT resources.
 
SECURITY REQUIREMENTS RELATING TO THE PRODUCTION OF REPORTS OR THE PUBLICATION OF RESULTS UNDER CONTRACTS, AGREEMENTS, AND GRANTS (JUL 2016)
Review and Approval of Reports (a) Reporting Requirements. The contractor/grantee shall comply with the terms and conditions oftl1c contract/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. Perfonnance under the contract/grant will not be deemed accepted or completed until it complies with the NRC's directions, as applicable. The reports, summaries, data, and related documents will be considered draft until approved by the NRC. The contractor/grantee agrees that the direction, detenninations, and decisions on approval or disapproval of reports, summaries, data, and related documents created under this contract/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 contract/grant, the contractor/grantee shall submit them to the NRC for review and approval. The contractor/ grantee shall not release, disseminate, display or publish articles, repo,1s, summaries, data, and related documents, or the contents therein, that have not been reviewed and approved by the NRC 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 publlic, 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 contract/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 information possessed, formulated or produced by the contractor/grantee constitutes SUNSl or SGI is solely within the authority and discretion of the NRC. In performing the contract/grant, the contractor/grantee shall clearly mark SUNS.I and SGI, to include for example, OUO-Allegation Information or OUO-Security Related Information on any reports, documents, designs, data, materials, and written information, as directed by the NRC. Jn addition to marking the information as directed by the NRC, the contractor shall use the applicable NRC cover sheet (e.g., NRC Form 461 Safeguards Information) in maintaining these records and documents. The contractor/grantee shall ensure that SUNSJ and SGTis 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 (IO CFR 73.21 ), Sensitive Unclassified Non-Safoguards 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 contract/grant, the contractor/grantee shall include all of the above provisions in any subcontracts or agreements.
WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOR EMPLOYEES
 
(a) The U.S. Nuclear Regulatory Commission (NRC) contractor and its subcontractor are subject to the Whistleblower Employee Protection public law provisions as codified at 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 and the Depai1ment 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, NRC contractor and subcontractor employees are protected from discharge, reprisal, threats, intimidation, coercion, blacklisting or other employment discrimination practices with respect to compensation, tenns, 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 I 974 (as amended).
(c) The contractor shall insert this or the substance of this clause in any subcontracts involving work performed under this contract.
GREEN PURCHASING (SEP 201 S )
(a) In furtherance of the sustainable acquisition goals of Executive Order (EO) 13693, "Planning for Federal Sustainability in the Next Decade," products and services provided under this contract/order shall be energy efficient (EncrgyStar or Federal Energy Management Program - FEMP-dcsignatcd products),
water efficient, biobased, environmentally preferable (excluding EPEAT-registered products), non-ozone depleting, contain recycled content, or are non- or low toxic alternatives or hazardous constituents (e.g.,
non-VOC paint), where such products and services meet agency perfonnance requirements. See: Executive Order (EO) 13693, "Planning for Federal Sustainability in the Next Decade."
(b) The NRC and contractor may negotiate during the contract term to permit the substitution or addition of designated recycled content products (i.e., Comprehensive Procurement Guidelines - CPG), EPEAT-registered products, EnergyStar- and FEMP designated energy efficient products and appliances, USDA designated biobased products (Biopreferred program), environmentally preferable products, WaterSense and other water efficient products, products containing non- or lower-ozone depleting substances (i.e.,
SNAP), and products containing non- or low-toxic or hazardous constituents (e.g., non-VOC paint), when such products and services are readily available at a competitive cost and satisfy the NRC's performance needs.
(c) The contractor shall flow down this clause into all subcontrncts and other agreements that relate to performance of this contract/order.
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 govenunent vendors by the Automated Clearing House (ACH) electronic funds transfer payment system.
Item I5C of the Standard Form 33 may be disregarded.
Key personnel. (JAN 1993)
(a) The following individuals arc considered to be essential to the successful pcrfonnancc of the work hereunder:
(b)( 4)
 
*The contractor agrees that personnel may not be removed from the contract work or replaced without compliance with paragraphs (b) and (c) of this section.
(b) If one or more of the key personnel, for whatever reason, becomes, or is expected to become, unavailable for work under this contract for a continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the proposal or initially anticipated, the contractor shall immediately notify the contracting officer and shall, subject to the concurrence of the contracting officer, promptly replace the personnel with personnel of at least substantially equal ability and qualifications.
(c) Each request for approval of substitutions must be in writing and contain a detailed explanation of the circumstances necessitating the proposed substitutions. The request must also contain a complete resume for the proposed substitute and other information requested or needed by the contracting officer to evaluate the proposed substitution. The contracting officer and the project officer shall evaluate the contractor's request and the contracting officer shall promptly notify the contractor of his or her decision in writing.
(d) If the contracting officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated, o r have otherwise become unava ilable for the contract work is not reasonably forthcoming, or that the resultant reduction of productive effort would be so substantial as to impair the successful completion of the contract or the service order, the contract may be terminated by the contracting officer for default or for the convenience of the Government, as appropriate. If the contracting officer finds the contractor at fault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, or damage.
NRCAR Clauses Incorporated By Full Text 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 of90 or more days) to NRC Headquarters controlled buildings, or otherwise requires NRC photo identifica tion or card-key badges.
(b) It is the contractor's duty to safeguard National Security Information, Restricted Data, and Fonncrly 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 contract. Except as otherwise expressly provided in this contract, 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 perfonnance of this contract upon completion or termination of this contract.
(!) The contractor shall complete a certificate of possession to be furnished to the Commission specifying the c lassified matter to be retained if the retention is:
(i) Required after the completion or termination of the contract; 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 contract continue to be applicable to the matter retained.
 
(c) In connection with the performance of the work under this contract, the contractor may be furnished, or may develop or acquire, proprietary data (trade secrets) or confidential or privileged technica l, business, or financial information, inc luding Commission plans, policies, reports, financial plans, internal data protected by the Privacy Act of 1974 (Pub. L. 93-579), or other information which has not been re leased to the public or has been determined by the Commission to be otherwise exempt from disclosure to the public. T he 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 o rganization except as necessary to perfonn the work under this contrnct. The contractor ag rees to return the information to the Commission or otherwise dispose of it at the direction o f the contracting officer. Failure to comply with this clause is grounds for termination of this contract.
(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 l of this document.
(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 inc lude data declassi lied or removed from the Restricted Data category under to Section 142 of the Atomic Energy Act of 1954, as amended.
(g) Definition of Fom1erly Restricted Data. As used in this clause the term Formerly Restricted Data means all data removed from the Restricted Data category under Section I 42-d of the Atomic Energy Act of 1954, as amended.
(h) Security clearance personnel. The contractor may no t permit any individual to have access to Restricted Data, Formerly Restricted Data, or other classified information, except in accordance with the Atomic Ene rgy Act of 1954, as amended, and the Commission's regulations o r 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 Fonncrly Restricted Data relating to the work or services ordered hereunder to any person not entitled to receive it, or fai lure 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 contract, may subject the contractor, its agents, employees, or subcontractors to criminal liability under the laws of the United States. (See the Atomic E nergy Act of I 954, as amended, 42 U.S.C. 20 11 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 contract.
(k) In perfonning contract 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 s ubcontract and purchase order issued under the contrnct that involves originating or generating c lassified 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.
(End of Clause)
I - Contract Clauses 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:
(I) Is not placed in a conflicting role because of current or planned interests (financial, contractual, organizational, or otherwise) which relate to the work under this contract; and (2) Docs not obtain an unfair competitive advantage over other parties by virtue of its perfonnance of this contract.
(b) Scope. The restrictions described apply to perfonnarice or participation by the contractor, as defined in 48 CFR 2009.570-2 in the activities covered by this clause.
(c) Work for others.
(I) Notwithstanding any other provision of this contract, during the term of this contract, 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 contract. The contractor shall ensure that al l employees under this contract abide by the provision of this clause. lfthe 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 contract (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 contract 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 contract) 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 contract).
(4) When the contractor performs work for the NRC under this contract at any NRC licensee or applicant site, (i) The contractor may not solicit work at that site for that licensee or applicant during the period of performance of the task order or the contract, 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 or the contract, 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.
(I) The contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in this contract, 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 contract, it shall make an in1mediate and full disclosure in writing to the contracting officer. This statement must include a description of the action which the contractor has taken or proposes to take to avoid or mitigate such conflicts. The NRC may, however, terminate the contract if termination is in the best interest of the Government.
(3) It is recognized that the scope of work of a task-order-type contract necessarily encompasses a broad spectrum of activities. Consequently, if this is a task-order-type contract, 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 contract.
Further, if this contract 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 I 5 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 contract, 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 oftbe 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.
(I) If, in the performance of this contract, 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 oflnformation 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 months after either the completion of this contract or the release of the information to the public, whichever is first; (iii) Submit an unsolicited proposal to the Government based on 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 infonnation 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 oflnformation Act (5 U.S.C. Section 552 (1986)), or other confidential or privileged technical, business, or financial information under this contract, 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 contract, the contractor shall have the right to use technical data it produces under this contract for private purposes provided that all requirements of this contract have been met.
(t) 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 contract, 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 contract or for such erroneous representations that necessarily imply bad faith, the Government may terminate the contract for default, disqualify the contractor from subsequent contractual efforts, and pursue other remedies permitted by law or this contract.
(h) Waiver. A request for waiver under this clause must be directed in writing 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 NRC contracts, subcontracts, or proposals therefor (solicited or unsolicited) which stem directly from the contractor's performance of work under this contract. Furthennore, 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 contract 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 contract, prepares a complete or essentially complete statement of work or specifications, the contractor is not eligible to perform or pa11icipate 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.
(End of Clause)
J - List of Documents, Exhibits and Other Attachments Attachment                                                                                    Number Title                                  Date Number                                                                                      of Pages Attachment 1- Instructions_ IPP Billing Instructions for Labor-I                                                                          07/ 14/202 1                I
[Hour or Time-and-Materials Contracts
 
U..d S....1 N.Jnr l.rpl111Hr ea-111111.,.
  "'-rrl,,, ,_,,, _    ,w E,,,;,.._,
Version Control Date: August 16, 2017 ATTACHMENT 1 BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017)
General: During performance and through final payment of this contract, the contractor is responsible for the accuracy and completeness of data within the System for Award Management (SAM) database and the Invoice Processing Platform (IPP) system and for any liability resulting from the Government's reliance on inaccurate or incomplete SAM and/or IPP data.
The contractor shall prepare invoices/vouchers for payment of deliverables identified in the contract, in the manner described herein. FAILURE TO SUBMIT INVOICES/VOUCHERS IN ACCORDANCE WITH THESE INSTRUCTIONS MAY RESULT IN REJECTION OF THE INVOICE/VOUCHER AS IMPROPER.
Electronic lnvoiceNoucher Submissions: Invoices/vouchers shall be submitted electronically to the U.S. Nuclear Regulatory Commission (NRC) is through the Invoice Processing Platform (IPP) at www.ipp.gov.
Purchase of Capital Property: ($50,000 or more with life of one year or longer)
Contractors must report to the Contracting Officer, electronically, any capital property acquired with contract funds having an initial cost of $50,000 or more, in accordance with procedures set forth in NRC Management Directive (MD) 11.1, NRC Acquisition of Supplies and Serv1ices.
Agency Payment Office: Payment will be made by the office designated in the contract in Block 12 of the Standard Form 26, or Block 25 of the Standard Form 33, whichever is applicable.
Frequency: The contractor shall submit claims for reimbursement once each month, unless otherwise authorized by the Contracting Officer.
Supporting Documentation: Any supporting documentation required to substantiate the amount billed shall be included as an attachment to the invoice created in IPP. If the necessary supporting documentation is not included, the invoice will be rejected .
Task Order Contracts: The contractor must submit a separate invoice/voucher for each individual task order with detailed cost information included as Supporting Documentation. This includes all applicable cost elements and other items discussed in paragraphs (a) through U) of the attached instructions.
Billing of Costs after Expiration of Contract: If costs are incurred during the contract period and claimed after the contract has expired, you must cite the period during which these costs were incurred. To be considered a proper expiration invoice/voucher, the contractor shall clearly mark it "EXPIRATION INVOICE" or "EXPIRATION VOUCHER".
Final invoices/vouchers shall be marked "FINAL INVOICE" or "FINAL VOUCHER".
 
U..d S....1 N.Jnr l.rpl111Hr ea-111111.,.
  "'-rrl,,, ,_,,, _    ,w E,,,;,.._,
Version Control Date: August 16, 2017 ATTACHMENT 1 BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017)
Currency: Invoices/Vouchers must be expressed in U.S. Dollars.
Supersession: These instructions supersede previous Billing Instructions for Time-a11d-Materials/Labor-Hour Type Contracts (JAN 2015).
Does my company need to register in /PP?
If your company is currently registered in IPP and doing business with other Federal Agencies in IPP, you will not be required to re-register.
If your company is not currently registered in IPP, please note the following:
* You will be receiving an invitation to register for IPP from IPP Customer Support, STLS.IPPHELPDESK@stls.frb.org.
* IPP Customer Support will send you two emails: the first email will contain the initial administrative IPP User ID and the second email, sent within 24 hours of receipt of the first emai l, will contain a temporary password.
* Please add the Customer Support email address (STLS .IPPHELPDESK@stls. frb.org) to your address book so you do not disregard these emails or mistake them for spam.
* During registration, one initial administrative user account will be created for your company and this user will be responsible for setting up all other user accounts including other administrators.
* Registration is complete when the initial administrative user logs into the IPP web site with the User ID and password provided by Treasury and accepts the rules of behavior.
What type of is training provided?
Vendor training materials, including a first time login tutorial, user guides, a quick reference guide, and frequently asked questions are available on Treasury's IPP website. Individuals within your company responsible for submitting invoices should review these materials before work begins on the contract.
How do I receive assistance with /PP?
Treasury's IPP Customer Support team provides vendor assistance related to the IPP application, and is also available to assist IPP users and to answer any questions related to accessing IPP or completing the registration process. IPP application support is also available via phone at (866) 973-3131 , Monday through Friday from 8:00 am to 6:00 pm ET, and via email at IPPCustomerSupport@fiscal.treasury.gov.
Specific questions regarding your contract or task order should be directed to the appropriate NRC Contracting Officer.
 
U..d S....1 N.Jnr l.rpl111Hr ea-111111.,.
  "'-rrl,,, ,_,,, _    ,w E,,,;,.._,
Version Control Date: August 16, 2017 ATTACHMENT 1 BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017)
INVOICE/VOUCHER FOR PURCHASES AND SERVICES OTHER THAN PERSONAL (SAMPLE FORMAT- INVOICE ATTACHMENT)
: a. Billing period. Insert the beginning and ending dates (day, month, year) of the period during which costs were incurred and for which reimbursement is requested.
: b. Labor Hours Expended. Provide a general summary description of the services performed and associated labor hours utilized during the invoice period. Specify the Contract Line Item Number (CUN) or SubCLIN, as applicable, and information pertaining to the contract's labor categories/positions, and corresponding authorized hours.
: c. Property. For contractor acquired property, list each item with an initial acquisition cost of
      $50,000 or more and provide: (1) an item description, (2) manufacturer, (3) model number, (4) serial number, (5) acquisition cost, (6) date of purchase, and (7) a copy of the purchasing document.
: d. Shipping. Insert weight and zone of shipment, if shipped by parcel post.
: e. Charges for freight or express shipments. Attach prepaid bill if shipped by freight or express.
: f. Instructions. Include instructions to consignee to notify the Contracting Officer of receipt of shipment.
: g. Direct Costs. Insert the amount billed for the following cost elements, adjustments, suspensions, and total amounts, for both the current billing period and for the cumulative period (from contract inception to end date of this billing period).
: 1. Direct (Burdened) Labor. This consists of salaries and wages paid (or accrued) for direct performance of the contract itemized, including a burden (or load) for indirect costs (i.e., fringe, overhead, General and Administrative, as applicable), and profit component, as follows:
Labor            Hours    Burdened              Cumulative Category        Billed    Hourly Rate      Total Hours Billed
: 2. Contractor-acquired property ($50,000 or more). List each item costing $50,000 or more and having a life expectancy of more than one year. List only those items of equipment
 
U..d S....1 N.Jnr l.rpl111Hr ea-111111.,.
  "'-rrl,,, ,_,,, _    ,w E,,,;,.._,
Version Control Date: August 16, 2017 ATTACHMENT 1 BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017) for w hich reimbursement is requested . For each such item, list the following (as applicable): (a) an item description, (b) manufacturer, (c) model number, (d) serial number, (e) acquisition cost, (f) date of purchase, and (g) a copy of the purchasing document.
: 3. Contractor-acquired property (under $50,000), Materials, and Supplies. These are equipment other than that described in (2) above, plus consumable materials and supplies. List by category. List items valued at $1,000 or more separately. Provide the item number for each piece of equipment valued at $1,000 or more.
: 4. Materials Handling Fee. Indirect costs allocated to direct materials in accordance the contractor's usual accounting procedures.
: 5. Consultant Fee. The supporting information must include the name, hourly or daily rate of the consultant, and reference the NRC approval (if not specifically approved in the original contract).
: 6. Travel. Total costs associated with each trip must be shown in the following format:
Start Date      Destination    Costs From To        From To          $
(Must include separate detailed costs for airfare, per diem, and other transportation expenses. All costs must be adequately supported by copies of receipts or other documentation.)
: 7. Subcontracts. Include separate detailed breakdown of all costs paid to approved subcontractors during the billing period.
: h. Total Amount Billed. Insert columns for total amounts for the current and cumulative periods.
: i. Adjustments. Insert columns for any adjustments, including outstanding suspensions for unsupported or unauthorized hours or costs, for the current and cumulative periods.
: j. Grand Totals.
 
U..d S....1 N.Jnr l.rpl111Hr ea-111111.,.
  "'-rrl,,, ,_,,, _    ,w E,,,;,.._,
Version Control Date: August 16, 2017 ATTACHMENT 1 BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017)
: 3. Sample lnvoiceNoucher Information (to be included as an attachment)
Sample lnvoiceNoucher Information (Supporting Documentation must be attached)
This invoice/voucher represents reimbursable costs for the billing period from _            _ through _ _.
Amount Billed Current Period        Cumulative (a)          Direct Costs
( 1)          Direct burdened labor                        $                    $
(2)            Government property ($50,000 or more)        $                    $
(3)            Government property, Materials, and Supplies (under $50,000 per item)            $                    $
(4)            Materials Handling Fee                      $                    $
(5)            Consultants Fee                              $                    $
(6)            Travel                                      $                    $
(7)            Subcontracts                                $                    $
Total Direct Costs:        $                    $
{b)        Total Amount Billed                                        $                    $
(c)        Adjustments (+/-)                                          $                    $
(d)        Grand Total                                                $                    $
(The invoice/voucher format provided above must include information similar to that included below in the following to ensure accuracy and completeness.)
SAMPLE SUPPORTING INFORMATION The budget information provided below is for format purposes only and is illustrative.
Cost Elements:
: 1)          Direct Burdened Labor - $4,800 Labor                          Hours          Burdened                  Cumulative Category                        Billed        Rate        Total        Hours Billed Senior Engineer I                100          $28.00      $2,800          975 Engineer                        50            $20.00      $1,000          465
 
U..d S....1 N.Jnr l.rpl111Hr ea-111111.,.
"'-rrl,,, ,_,,, _    ,w E,,,;,.._,
Version Control Date: August 16, 2017 ATTACHMENT 1 BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017)
Computer Analyst                100          $10.00        $1,000              320
                                                                      $4,800            1,760 hrs.
Burdened labor rates must come directly from the contract.
: 2)        Government-furnished and contractor-acquired property ($50,000 or more) - $60,000 Prototype Spectrometer - item number 1000-01 = $60,000
: 3)        Government-furnished and contractor-acquired property (under $50,000), Materials, and Supplies - $2,000 10 Radon tubes@ $ 110.00                            = $1,100 6 Pairs Electrostatic gloves@ $150.00              = $ 900
                                                                  $2,000
: 4)          Materials Handling Fee - $40 (2% of $2,000 in item #3)
: 5)        Consultants' Fee - $100 Dr. Carney - 1 hour fully-burdened @ $100 = $100
: 6)          Travel - $2,640 (i)          Airfare: (2 Roundtrip trips for 1 person @ $300 per r/t ticket)
Start Date        End Date      Days  From                  To            Cost 4/1/201 1        4/7/201 1    7      Philadelphia, PA      Wash, D.C.    $300 7/1/2011          7/8/201 1    8      Philadelphia, PA      Wash, D.C.    $300 (ii)          Per Diem: $136/day x 15 days= $2,040
: 7)          Subcontracting - $30,000 Company A                        = $10,000 Company B                        = $20,000
                                              $30,000 (EX: Subcontracts for Companies A & B were consented to by the Contracting Officer by letter dated 6/15/2011 .)
Total Amount Billed                        $99,580
 
Version Control Date: August 16, 2017 ATTACHMENT 1 BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017)
Adjustments (+/-)                      0 Grand Total                    $99,580
: 4. Definitions Material handling costs. When included as part of material costs, material handling costs shall include only costs clearly excluded from the labor-hour rate. Material handling costs may include all appropriate indirect costs allocated to direct materials in accordance with the contractor's usual accounting procedures.}}

Revision as of 11:26, 16 January 2022

NRC-2021-000217 - Resp 2 - Final, Agency Records Subject to the Records Are Enclosed, Part 2 of 3
ML22005A084
Person / Time
Issue date: 01/03/2022
From:
NRC/OCIO
To:
Shared Package
ML22005A081 List:
References
FOIA, NRC-2021-000217
Download: ML22005A084 (59)


Text