ML103610290: Difference between revisions

From kanterella
Jump to navigation Jump to search
(StriderTol Bot change)
(StriderTol Bot change)
 
Line 16: Line 16:


=Text=
=Text=
{{#Wiki_filter:ORDER FOR SUPPLIES OR SERVICES                                                                                                 PAGE F PAGES IMPORTANT:     M,* el padwuas and apeauwmtn cof         andlc, order mmPbrs.                                 PA NO.                                                                         1             6 1.DATE   OFORDOER      12/1 6/2010                   NRC-03-08 071 7CNRTNO(1 n)I.6.                                                                                 SHIP TO:
{{#Wiki_filter:ORDER FOR SUPPLIES OR SERVICES PAGE F PAGES IMPORTANT:
: 3. ORDER   NO.               MODIFICATION   NO. 4.RMEUISITION/REFERENCE NO.                                   a. NAMEOF CONSIGNEE N3.C"-T3                     O--0                                       110349                                 U.S. Nuclear Regulatory                 Commission NRC-T013                                           NRR-11-040       '110861                                   MTREET.ADDRESS
M,* el padwuas and apeauwmtn cof
: 5. ISSUING OFFICE   (Addra ompetence, )                                                                           Attn: Karyn Hannum U.S. Nuclear Regulatory Commlision                                         .iB;                               Mail Stop: O13-F19
: andlc, order mmPbrs.
:Div. of Contracts                                                                                             11555 Rockville Pike Attn; Jeffrey R. Mitchell, 301-492-3639                                                                                                                               d.STATE             e.ZIPCODE 20852 C                                                            MD Mail Stop: TWB-01-B10M fNashington, DC 20555                                                                                           Rockville
PA NO.
: 7. TO;                                                         f. SHIP VIA aflAME OFCONTRACTOR 4EC3DSAN 6 ASSOCIATES INC                                                                                                                         S.TYPE OF ORDER b, COMPANY NAME                                                                                                   -- ] a PURChASE                                   IX-- b. DELIVERY
1 6
  'ATTN; KATHLEEN LLOYD FORTE                                                                                 REFERENCE YOUR                                     Except for baiv lnalions on the revese. this
: 1. DATE OF ORDOER 12/1 6/2010 7CNRTNO(1 n)I.6.
      ._                                                                                                        Planoe n theIo*loyng on the torms and               delhvry order Is wbJee to instrulcons c.STREET ADDRESS                                                                                               conditi ospeceied on both sides of i order                               Molof IWhrormnandto contained on this side 2071 STATE ROUTE 136                                                                                       and onthe alWlted sheel, 0.any, lncuding           Issued subject to fe tenms and mdcilons deWey as Indlaeled.                                 of heraboe-ntanbered contrat.
SHIP TO:
d.CIT.Y                                                           0. SrATE     f. ZIP CO*S BELLE VERNON                                                   PA             150122926
NRC-03-08 071
: 9. ACCOUNTING AND APPROPRIATION DATA                                                                           10. REOWU*ITIONING     OFFICE   NRR 2011-X0200-20-11-5-139               J-4076       252A 31x1210.O2O Obligate $100,000.00 Contractor DUNS: 785915794                 FFS # 110861 NAICS: 541690 1i. BUSINESS CLASSIICATION (Chock appropOrile box(es))                   .                                                                                    12.F.O.B. POINT D~.ss~u           lii     oatm       s     ~ a             L . 0 ISIA DVANTAGED,                       K]SERVICE.
: 3. ORDER NO.
DISSBLED N/A FlALOWE                                               VETERAN-
MODIFICATION NO. 4.RMEUISITION/REFERENCE NO.
[ o                    WOMEN-OWNEDiUSIE'S HUSZon                             Elf.                                                  OWNED 13, PLACE Vt'                                             14. GOVERNMNT WLNOD.               15. DELIVER TO F.OD. POINT               16. DIaCOUNT TERMS ON OR BEFORE (O*l) a: INSPECTION                               b. ACCEPTANCE                                         ".      .                          As Stated                               Net 30
: a. NAME OF CONSIGNEE N3.C"-T3 O--0 110349 U.S. Nuclear Regulatory Commission NRC-T013 NRR-11-040  
                              ..--                                      ,    ,;  .*'IT..'SCHEDULE (Seerenae forf     Rejectons)*                                     __  _  __    _  __  _  __
'110861 MTREET.ADDRESS
ITEMNO      .                                    " SUPPLIESOR SERVICE:S                 '"RER=                                   D       MUNIT       - PRiTCE             AMOUNT                     ACDEPTEI
: 5. ISSUING OFFICE (Addra ompetence, )
    ''(8),                             ,                    (b)                     ,I"                                     (Q)
Attn:
_ _.      (d)           (a)                     (M                       (a)
Karyn Hannum U.S. Nuclear Regulatory Commlision  
Issuance of Task Order No.               013
.iB; Mail Stop: O13-F19
                *"Component Design Bases Inspections for CY 2011" Estimated Cost: $2,078,348.29 Fixed Fee: $108,674.92 Total CPFF: $2,187,023.21
:Div. of Contracts 11555 Rockville Pike Attn; Jeffrey R. Mitchell, 301-492-3639 d.STATE e.ZIPCODE Mail Stop: TWB-01-B10M C
                -Period of Performance:               Day of Award - Decembler 31,                   2011 Contractor Acceptance on Page 2 of 2 SuM                       REM3 00%
MD 20852 fNashington, DC 20555 Rockville
: 7. TO;
: f. SHIP VIA aflAME OF CONTRACTOR 4EC3DSAN 6 ASSOCIATES INC S.
TYPE OF ORDER b, COMPANY NAME  
-- ] a PURChASE IX--
: b. DELIVERY
'ATTN; KATHLEEN LLOYD FORTE REFERENCE YOUR Except for baiv lnalions on the revese. this Planoe n
the Io*loyng on the torms and delhvry order Is wbJee to instrulcons c.STREET ADDRESS conditi ospeceied on both sides of i order contained on this side Molof IWh rormn and to 2071 STATE ROUTE 136 and on the alWlted sheel, 0.any, lncuding Issued subject to fe tenms and mdcilons deWey as Indlaeled.
of her aboe-ntanbered contrat.
d.CIT.Y
: 0. SrATE
: f. ZIP CO*S BELLE VERNON PA 150122926
: 9. ACCOUNTING AND APPROPRIATION DATA
: 10. REOWU*ITIONING OFFICE NRR 2011-X0200-20-11-5-139 J-4076 252A 31x1210.O2O Obligate $100,000.00 Contractor DUNS: 785915794 FFS # 110861 NAICS: 541690 1i.
BUSINESS CLASSIICATION (Chock appropOrile box(es))
: 12. F.O.B. POINT D~.ss~u lii oatm s ~ a L 0.ISIA DVANTAGED, K]SERVICE.
N/A DISSBLED FlALOWE VETERAN-Elf.
WOMEN-OWNEDiUSIE'S
[ o HUSZon OWNED 13, PLACE Vt'
: 14. GOVERNMNT WLNOD.
: 15. DELIVER TO F.OD. POINT
: 16. DIaCOUNT TERMS ON OR BEFORE (O*l) a: INSPECTION
: b. ACCEPTANCE As Stated Net 30 IT..'
SCHEDULE (Seerenae forf Rejectons)*
ITEM NO
" SUPPLIESOR SERVICE:S  
'"RER=
D MUNIT  
- PRiTCE AMOUNT ACDEPTEI
''(8),
(b)  
,I" (Q).
(d)
(a)
(M (a)
Issuance of Task Order No.
013
*"Component Design Bases Inspections for CY 2011" Estimated Cost: $2,078,348.29 Fixed Fee: $108,674.92 Total CPFF: $2,187,023.21
-Period of Performance: Day of Award -
Decembler 31, 2011 Contractor Acceptance on Page 2 of 2 SuM REM3 00%


  'NC-03-08-071           NRC-TO13 In-accordance with Section GA Task Order Procedures, of contract number NRC-03-08-071, this definitizes Task Order 1N. 13. The effort shall be performed in accordance with the enclosed Statement of Work.
'NC-03-08-071 NRC-TO13 In-accordance with Section GA Task Order Procedures, of contract number NRC-03-08-071, this definitizes Task Order 1N.
: 13. The effort shall be performed in accordance with the enclosed Statement of Work.
Task Order No. 13 shall be in effect from Day of Award until December 31, 2011, with an estimated cost ceiling of
Task Order No. 13 shall be in effect from Day of Award until December 31, 2011, with an estimated cost ceiling of
$2,187,023.2,1. The amount of $2,078,348,.29 represents the estimated reimbursable costs, and the amount of
$2,187,023.2,1. The amount of $2,078,348,.29 represents the estimated reimbursable costs, and the amount of
Line 43: Line 83:
TheISsua`nce of this task order does not amend any terms or conditions of the subject contract.
TheISsua`nce of this task order does not amend any terms or conditions of the subject contract.
Your contacts during the course of this action are:
Your contacts during the course of this action are:
Technical Matters:                                           Contractual Matters:
Technical Matters:
. ..... Donald Norkin                                       Jeffrey R. Mitchell Project Officer                           .        Sr. Contract Specialist (301) 415-2954                                     (301) 492-3639 Acceptance'of Task Order No. 13 should be made by having an official, authodzed to bind your organization, execute a, copy of this document in the space provided, and return to the Contract Specialist. You should retain a copy for yourrecords.
Contractual Matters:
ACCEPTED:         Task Order No. 13 P."n*i.'nNa', . e,&   L         f   , .. VPJpera Sig naturý           U,.
Donald Norkin Jeffrey R. Mitchell Project Officer Sr. Contract Specialist (301) 415-2954 (301) 492-3639 Acceptance'of Task Order No. 13 should be made by having an official, authodzed to bind your organization, execute a, copy of this document in the space provided, and return to the Contract Specialist. You should retain a copy for your records.
ACCEPTED:
Task Order No. 13 P."n*i.'nNa' e,&
L f  
.. VPJpera Sig naturý U,.


STATEMENT OF WORK, Task Order 13 under Contract NRC-03-08-071; Component Design Bases Inspections (CDBIs) at Salem, Summer, Duane Arnold, Peach Bottom, Callaway, Shearon Harris, Beaver Valley, San Onofre, Palisades, Vermont Yankee, Turkey Point, Nine Mile Point, Waterford, Point Beach, Farley, Oconee, Pilgrim, Quad Cities, River Bend, and Surry.
STATEMENT OF WORK, Task Order 13 under Contract NRC-03-08-071; Component Design Bases Inspections (CDBIs) at Salem, Summer, Duane Arnold, Peach Bottom, Callaway, Shearon Harris, Beaver Valley, San Onofre, Palisades, Vermont Yankee, Turkey Point, Nine Mile Point, Waterford, Point Beach, Farley, Oconee, Pilgrim, Quad Cities, River Bend, and Surry.
B&R NUMBER: 2011-x0200-20-111-5-139 JOB CODE: J-4076 NRC TECHNICAL MONITOR: Donald.Norkin, NRR (301) 415-2954 PERIOD OF PERFORMANCE:             Day of Award to 12131/11 1.0 BIACKGROUND In accordance with the baseline inspection portion of the Reactor Oversight Process (ROP), the U.S. Nuclear Regulatory Commission (NRC) inspects various activities at nuclear power reactor plants.
B&R NUMBER: 2011-x0200-20-111-5-139 JOB CODE: J-4076 NRC TECHNICAL MONITOR: Donald.Norkin, NRR (301) 415-2954 PERIOD OF PERFORMANCE:
2.0 TASK ORDER OBJECTIVE The objective of the task order is to obtain contractor support to assist the NRC inspection teams in the performance of CDBIs at Salem, Summer, Duane Arnold, Peach Bottom, Callaway, Shearon Harris, Beaver Valley, San Onofre, Palisades, Vermont Yankee, Turkey Point, Nine Mile Point, Waterford, Point Beach, Farley, Oconee, Pilgrim, Quad Cities, "River Bend, and Surry. Each CDBI rquires one mechanical systems engineer and one electrical systems engineer. San On1fre .requires a second mechanical systems engineer.
Day of Award to 12131/11 1.0 BIACKGROUND In accordance with the baseline inspection portion of the Reactor Oversight Process (ROP), the U.S. Nuclear Regulatory Commission (NRC) inspects various activities at nuclear power reactor plants.
2.0 TASK ORDER OBJECTIVE The objective of the task order is to obtain contractor support to assist the NRC inspection teams in the performance of CDBIs at Salem, Summer, Duane Arnold, Peach Bottom, Callaway, Shearon Harris, Beaver Valley, San Onofre, Palisades, Vermont Yankee, Turkey Point, Nine Mile Point, Waterford, Point Beach, Farley, Oconee, Pilgrim, Quad Cities,
" River Bend, and Surry. Each CDBI rquires one mechanical systems engineer and one electrical systems engineer. San On1fre.requires a second mechanical systems engineer.
See attached schedule. Individual inspection dates may change.
See attached schedule. Individual inspection dates may change.
3.0 SCOPE OF WORK The contractor shall provide technical support to the NRC Regional Team Leader (RTL) during the performance of the above CDBfs in~accordance with the enclosed schedule. The following Inspection Procedures (IP) and Inspection ManualChapter (IMC)will be used:
3.0 SCOPE OF WORK The contractor shall provide technical support to the NRC Regional Team Leader (RTL) during the performance of the above CDBfs in~accordance with the enclosed schedule. The following Inspection Procedures (IP) and Inspection ManualChapter (IMC)will be used:
        "IP 71111.21, Component Design Bases Inspection" "IMC 0612, Power Reactor InSrecti6n Reports" The NRC Team Leader may issue technical direction during the duration of the task order.
"IP 71111.21, Component Design Bases Inspection" "IMC 0612, Power Reactor InSrecti6n Reports" The NRC Team Leader may issue technical direction during the duration of the task order.
Technical direction must be within the general Statement of Work stated in the task order, and shall not constitute new assignments of work or changes of such nature as to justify an adjustment in cost or period of performance. The contractor shall refer to the basic contract for further information and guidance on any technical directions issued under this task order.
Technical direction must be within the general Statement of Work stated in the task order, and shall not constitute new assignments of work or changes of such nature as to justify an adjustment in cost or period of performance. The contractor shall refer to the basic contract for further information and guidance on any technical directions issued under this task order.
Any modifications to the scope of work,' cost, or period of performance of the task order must be issued by the Contracting Officer and will be coordinated with the Project Officer.
Any modifications to the scope of work,' cost, or period of performance of the task order must be issued by the Contracting Officer and will be coordinated with the Project Officer.


                            ---M__
---M__
4.0 SPECIFIC TASKS The below four specific tasks should be performed for each of the above CDB Is, and shall be performed in accordance with the requirements, standards, deliverables, and completion timeframes specified in the base contract's Statement of Work.
4.0 SPECIFIC TASKS The below four specific tasks should be performed for each of the above CDB Is, and shall be performed in accordance with the requirements, standards, deliverables, and completion timeframes specified in the base contract's Statement of Work.
4.1 Task I - Inspection Preparation 4.2 Task 2 - Conduct Onsite Inspections 4.3 Task 3 - Conduct Home Office Inspection;:I.nput Preparation 4.4 Task 4 - Documentation of Inspection Results 5.0 TECHNICAL REPORTING REQUIREMENTS FOR EACH INSPECTION The technical reporting requirements'for each of theabove CDBIs shall be performed in accordance with the requirements sPo'ified*iIn the base contract's Statement of Work.
4.1 Task I - Inspection Preparation 4.2 Task 2 - Conduct Onsite Inspections 4.3 Task 3 - Conduct Home Office Inspection;:I.nput Preparation 4.4 Task 4 - Documentation of Inspection Results 5.0 TECHNICAL REPORTING REQUIREMENTS FOR EACH INSPECTION The technical reporting requirements'for each of theabove CDBIs shall be performed in accordance with the requirements sPo'ified*iIn the base contract's Statement of Work.
Line 63: Line 109:
(2) reviewing design basis and detailed design (calculations, drawings, etc.) of nuclear plant safety systems.
(2) reviewing design basis and detailed design (calculations, drawings, etc.) of nuclear plant safety systems.
All of the specialists shall have knowledge/experience with NRC regulations and risk informed inspection methodology It shall be the responsibility of the contractor to assign qualified technical staff, employees, and subcontractors, who have the required educational.background, experience, or combination thereof, to meet both the technical and regulatory objectives of the work specified in this Statement of Work (SOW). The NRCkiwill rely on representation made by the contractor concerning the qualifications ofthe personnel proposed for assignment to this task order including assurance that all informationrcontained in'the technical and cost proposals, including resumes and conflict of interest disclosures, is accurate and truthful.
All of the specialists shall have knowledge/experience with NRC regulations and risk informed inspection methodology It shall be the responsibility of the contractor to assign qualified technical staff, employees, and subcontractors, who have the required educational.background, experience, or combination thereof, to meet both the technical and regulatory objectives of the work specified in this Statement of Work (SOW). The NRCkiwill rely on representation made by the contractor concerning the qualifications ofthe personnel proposed for assignment to this task order including assurance that all informationrcontained in'the technical and cost proposals, including resumes and conflict of interest disclosures, is accurate and truthful.
.70 ESTIMATED LEVEL OFEFFORf(Der individual)
.70 ESTIMATED LEVEL OFEFFORf(Der individual)
Week             Activity                                       Estimated Level of Effort 1               Inspection preparation at regional office             44 hours 2               On-site inspection                                     50 hours 3               Home office inspection
Week Activity Estimated Level of Effort 1
* 4                On-site inspection                                     50 hours
Inspection preparation at regional office 44 hours 2
On-site inspection 50 hours 3
Home office inspection 4
On-site inspection 50 hours


5               Home office inspection 6               On -site inspection                                 50 hours 7              Documentation of Inspection results'                 20 hours
5 Home office inspection 6
7 On -site inspection 50 hours 20 hours Documentation of Inspection results'
* The total hours for Weeks 3 and 5 may not exceed 40. Regions may elect to have only one home office inspection week.'
* The total hours for Weeks 3 and 5 may not exceed 40. Regions may elect to have only one home office inspection week.'
Assume 4 hours annually per individual for training in the home office, in addition to the above home office inspection per each CDBI.
Assume 4 hours annually per individual for training in the home office, in addition to the above home office inspection per each CDBI.
Line 75: Line 125:
9.0 NRC FURNISHED MATERIAL Documents required to prepare for the inspection will be provided by Team Leaders.
9.0 NRC FURNISHED MATERIAL Documents required to prepare for the inspection will be provided by Team Leaders.
10.0 OTHER APPLICABLE INFORMATION The work specified in this SOW is 100% licensee fee recoverable. The contractor shall provide fee recovery information in the monthly progress reports in accordance with the requirements of the basic contract.
10.0 OTHER APPLICABLE INFORMATION The work specified in this SOW is 100% licensee fee recoverable. The contractor shall provide fee recovery information in the monthly progress reports in accordance with the requirements of the basic contract.
1: 7
1:
7


Summer         Scana             1/24 3/7- 3/7_....        _._....__1/24.
Summer Scana 1/24 - 3/7
Duane Arnold     FBL Group         1/24 - 3/7             '
_._....__1/24.
Peach Bottom   Exelon     .      2/7 -3/14 Calaway         Ameren           2/14- 3/28 Harris         Progress Energy   3/14 - 4/25         _
3/7_....
Beaver Valley   First Energy     5/16-     6/20 San Onofre     Southern Calif.
Duane Arnold FBL Group 1/24 - 3/7 Peach Bottom Exelon 2/7 -3/14 Calaway Ameren 2/14-3/28 Harris Progress Energy 3/14 - 4/25 Beaver Valley First Energy 5/16-6/20 San Onofre Southern Calif.
(SONGS)         Edison           ____/30       __7/1*
(SONGS)
Palisades       Entergy           5/30 -/18.             __._.          _5/30:__,:7_18   _
Edison
Vermont Yankee Entergy           5/31- 7/5             .....                            _'
____/30
Turke Point*     FBL Group. .7/4.-         8/15*....
__7/1 Palisades Entergy 5/30 -/18.
Nine Mile Point Constellation-", 7/5.- 8/8.
_5/30:__,:7_18 Vermont Yankee Entergy 5/31-7/5 Turke Point*
Waterford       Entergy     . 7/18-8/29 *
FBL Group..7/4.-
'Point Beach     Nuclear Mgmt .. 7/25 - 9/5 '
8/15*....
Farley         Southern Nuclear 8/22-10/3 Oconee         Duke Energy       8/22 - 10/3 Pilgrim         Entergy           9/6-10/10 Quad Cities     Exelon             9112- 10/24 River Bend     Entergy           9/19 10/31 Perry           First Energy       10/24- 12(5
Nine Mile Point Constellation-",
,Surry           Dominion:'         117 I-127 ,.i.2/%9}}
7/5.- 8/8.
Waterford Entergy 7/18-8/29 *
'Point Beach Nuclear Mgmt..
7/25 - 9/5 '
Farley Southern Nuclear 8/22-10/3 Oconee Duke Energy 8/22 - 10/3 Pilgrim Entergy 9/6-10/10 Quad Cities Exelon 9112-10/24 River Bend Entergy 9/19 -.10/31 Perry First Energy 10/24-12(5
,Surry Dominion:'
117 I-127,.i.2/%9}}

Latest revision as of 00:53, 14 January 2025

Task Order No. 013 Under Delivery Order No. NRC-03-08-071
ML103610290
Person / Time
Issue date: 12/23/2010
From: Jeffrey Mitchell
NRC/ADM/DC
To: Forte K
Beckman & Associates
References
Job Code J4076, NRC-03-08-071
Download: ML103610290 (6)


Text

ORDER FOR SUPPLIES OR SERVICES PAGE F PAGES IMPORTANT:

M,* el padwuas and apeauwmtn cof

andlc, order mmPbrs.

PA NO.

1 6

1. DATE OF ORDOER 12/1 6/2010 7CNRTNO(1 n)I.6.

SHIP TO:

NRC-03-08 071

3. ORDER NO.

MODIFICATION NO. 4.RMEUISITION/REFERENCE NO.

a. NAME OF CONSIGNEE N3.C"-T3 O--0 110349 U.S. Nuclear Regulatory Commission NRC-T013 NRR-11-040

'110861 MTREET.ADDRESS

5. ISSUING OFFICE (Addra ompetence, )

Attn:

Karyn Hannum U.S. Nuclear Regulatory Commlision

.iB; Mail Stop: O13-F19

Div. of Contracts 11555 Rockville Pike Attn; Jeffrey R. Mitchell, 301-492-3639 d.STATE e.ZIPCODE Mail Stop: TWB-01-B10M C

MD 20852 fNashington, DC 20555 Rockville

7. TO;
f. SHIP VIA aflAME OF CONTRACTOR 4EC3DSAN 6 ASSOCIATES INC S.

TYPE OF ORDER b, COMPANY NAME

-- ] a PURChASE IX--

b. DELIVERY

'ATTN; KATHLEEN LLOYD FORTE REFERENCE YOUR Except for baiv lnalions on the revese. this Planoe n

the Io*loyng on the torms and delhvry order Is wbJee to instrulcons c.STREET ADDRESS conditi ospeceied on both sides of i order contained on this side Molof IWh rormn and to 2071 STATE ROUTE 136 and on the alWlted sheel, 0.any, lncuding Issued subject to fe tenms and mdcilons deWey as Indlaeled.

of her aboe-ntanbered contrat.

d.CIT.Y

0. SrATE
f. ZIP CO*S BELLE VERNON PA 150122926
9. ACCOUNTING AND APPROPRIATION DATA
10. REOWU*ITIONING OFFICE NRR 2011-X0200-20-11-5-139 J-4076 252A 31x1210.O2O Obligate $100,000.00 Contractor DUNS: 785915794 FFS # 110861 NAICS: 541690 1i.

BUSINESS CLASSIICATION (Chock appropOrile box(es))

12. F.O.B. POINT D~.ss~u lii oatm s ~ a L 0.ISIA DVANTAGED, K]SERVICE.

N/A DISSBLED FlALOWE VETERAN-Elf.

WOMEN-OWNEDiUSIE'S

[ o HUSZon OWNED 13, PLACE Vt'

14. GOVERNMNT WLNOD.
15. DELIVER TO F.OD. POINT
16. DIaCOUNT TERMS ON OR BEFORE (O*l) a: INSPECTION
b. ACCEPTANCE As Stated Net 30 IT..'

SCHEDULE (Seerenae forf Rejectons)*

ITEM NO

" SUPPLIESOR SERVICE:S

'"RER=

D MUNIT

- PRiTCE AMOUNT ACDEPTEI

(8),

(b)

,I" (Q).

(d)

(a)

(M (a)

Issuance of Task Order No.

013

  • "Component Design Bases Inspections for CY 2011" Estimated Cost: $2,078,348.29 Fixed Fee: $108,674.92 Total CPFF: $2,187,023.21

-Period of Performance: Day of Award -

Decembler 31, 2011 Contractor Acceptance on Page 2 of 2 SuM REM3 00%

'NC-03-08-071 NRC-TO13 In-accordance with Section GA Task Order Procedures, of contract number NRC-03-08-071, this definitizes Task Order 1N.

13. The effort shall be performed in accordance with the enclosed Statement of Work.

Task Order No. 13 shall be in effect from Day of Award until December 31, 2011, with an estimated cost ceiling of

$2,187,023.2,1. The amount of $2,078,348,.29 represents the estimated reimbursable costs, and the amount of

$108,674.92 represents the fixed fee.

The -amount currently obligated by the Government with respect to this contract is $100,000.00.

The Contractor agrees that personnel proposed for this task order under Beckman's proposal dated 11/08/2010 shall not be removed from the effort under the task order without compliance with Contract Clause H.2, Key Personnel.

TheISsua`nce of this task order does not amend any terms or conditions of the subject contract.

Your contacts during the course of this action are:

Technical Matters:

Contractual Matters:

Donald Norkin Jeffrey R. Mitchell Project Officer Sr. Contract Specialist (301) 415-2954 (301) 492-3639 Acceptance'of Task Order No. 13 should be made by having an official, authodzed to bind your organization, execute a, copy of this document in the space provided, and return to the Contract Specialist. You should retain a copy for your records.

ACCEPTED:

Task Order No. 13 P."n*i.'nNa' e,&

L f

.. VPJpera Sig naturý U,.

STATEMENT OF WORK, Task Order 13 under Contract NRC-03-08-071; Component Design Bases Inspections (CDBIs) at Salem, Summer, Duane Arnold, Peach Bottom, Callaway, Shearon Harris, Beaver Valley, San Onofre, Palisades, Vermont Yankee, Turkey Point, Nine Mile Point, Waterford, Point Beach, Farley, Oconee, Pilgrim, Quad Cities, River Bend, and Surry.

B&R NUMBER: 2011-x0200-20-111-5-139 JOB CODE: J-4076 NRC TECHNICAL MONITOR: Donald.Norkin, NRR (301) 415-2954 PERIOD OF PERFORMANCE:

Day of Award to 12131/11 1.0 BIACKGROUND In accordance with the baseline inspection portion of the Reactor Oversight Process (ROP), the U.S. Nuclear Regulatory Commission (NRC) inspects various activities at nuclear power reactor plants.

2.0 TASK ORDER OBJECTIVE The objective of the task order is to obtain contractor support to assist the NRC inspection teams in the performance of CDBIs at Salem, Summer, Duane Arnold, Peach Bottom, Callaway, Shearon Harris, Beaver Valley, San Onofre, Palisades, Vermont Yankee, Turkey Point, Nine Mile Point, Waterford, Point Beach, Farley, Oconee, Pilgrim, Quad Cities,

" River Bend, and Surry. Each CDBI rquires one mechanical systems engineer and one electrical systems engineer. San On1fre.requires a second mechanical systems engineer.

See attached schedule. Individual inspection dates may change.

3.0 SCOPE OF WORK The contractor shall provide technical support to the NRC Regional Team Leader (RTL) during the performance of the above CDBfs in~accordance with the enclosed schedule. The following Inspection Procedures (IP) and Inspection ManualChapter (IMC)will be used:

"IP 71111.21, Component Design Bases Inspection" "IMC 0612, Power Reactor InSrecti6n Reports" The NRC Team Leader may issue technical direction during the duration of the task order.

Technical direction must be within the general Statement of Work stated in the task order, and shall not constitute new assignments of work or changes of such nature as to justify an adjustment in cost or period of performance. The contractor shall refer to the basic contract for further information and guidance on any technical directions issued under this task order.

Any modifications to the scope of work,' cost, or period of performance of the task order must be issued by the Contracting Officer and will be coordinated with the Project Officer.

---M__

4.0 SPECIFIC TASKS The below four specific tasks should be performed for each of the above CDB Is, and shall be performed in accordance with the requirements, standards, deliverables, and completion timeframes specified in the base contract's Statement of Work.

4.1 Task I - Inspection Preparation 4.2 Task 2 - Conduct Onsite Inspections 4.3 Task 3 - Conduct Home Office Inspection;:I.nput Preparation 4.4 Task 4 - Documentation of Inspection Results 5.0 TECHNICAL REPORTING REQUIREMENTS FOR EACH INSPECTION The technical reporting requirements'for each of theabove CDBIs shall be performed in accordance with the requirements sPo'ified*iIn the base contract's Statement of Work.

6.0 PERSONNEL REQUIREMENTS The CDBI specialists shall have a design background (such as from an architect-engineer firm) and experience/knowledge regarding:

(1) design, analysis, operations, installation, modification, maintenance and testing of nuclear plant safety systems.

(2) reviewing design basis and detailed design (calculations, drawings, etc.) of nuclear plant safety systems.

All of the specialists shall have knowledge/experience with NRC regulations and risk informed inspection methodology It shall be the responsibility of the contractor to assign qualified technical staff, employees, and subcontractors, who have the required educational.background, experience, or combination thereof, to meet both the technical and regulatory objectives of the work specified in this Statement of Work (SOW). The NRCkiwill rely on representation made by the contractor concerning the qualifications ofthe personnel proposed for assignment to this task order including assurance that all informationrcontained in'the technical and cost proposals, including resumes and conflict of interest disclosures, is accurate and truthful.

.70 ESTIMATED LEVEL OFEFFORf(Der individual)

Week Activity Estimated Level of Effort 1

Inspection preparation at regional office 44 hours5.092593e-4 days <br />0.0122 hours <br />7.275132e-5 weeks <br />1.6742e-5 months <br /> 2

On-site inspection 50 hours5.787037e-4 days <br />0.0139 hours <br />8.267196e-5 weeks <br />1.9025e-5 months <br /> 3

Home office inspection 4

On-site inspection 50 hours5.787037e-4 days <br />0.0139 hours <br />8.267196e-5 weeks <br />1.9025e-5 months <br />

5 Home office inspection 6

7 On -site inspection 50 hours5.787037e-4 days <br />0.0139 hours <br />8.267196e-5 weeks <br />1.9025e-5 months <br /> 20 hours Documentation of Inspection results'

  • The total hours for Weeks 3 and 5 may not exceed 40. Regions may elect to have only one home office inspection week.'

Assume 4 hours4.62963e-5 days <br />0.00111 hours <br />6.613757e-6 weeks <br />1.522e-6 months <br /> annually per individual for training in the home office, in addition to the above home office inspection per each CDBI.

Hours may be revised,. such as for additional hours to document significant inspection findings.

8.0 MEETINGS AND TRAVEL One 5-day trip to region Three 5-day trips to plant site Above travel estimate is per individual and may be adjusted for holidays.

Contractor shall coordinate all travel arrangements In advance with the Team Leader. Off-normal travel time may be required to ensure timely arrival at the site, as scheduled by Team Leader.

9.0 NRC FURNISHED MATERIAL Documents required to prepare for the inspection will be provided by Team Leaders.

10.0 OTHER APPLICABLE INFORMATION The work specified in this SOW is 100% licensee fee recoverable. The contractor shall provide fee recovery information in the monthly progress reports in accordance with the requirements of the basic contract.

1:

7

Summer Scana 1/24 - 3/7

_._....__1/24.

3/7_....

Duane Arnold FBL Group 1/24 - 3/7 Peach Bottom Exelon 2/7 -3/14 Calaway Ameren 2/14-3/28 Harris Progress Energy 3/14 - 4/25 Beaver Valley First Energy 5/16-6/20 San Onofre Southern Calif.

(SONGS)

Edison

____/30

__7/1 Palisades Entergy 5/30 -/18.

_5/30:__,:7_18 Vermont Yankee Entergy 5/31-7/5 Turke Point*

FBL Group..7/4.-

8/15*....

Nine Mile Point Constellation-",

7/5.- 8/8.

Waterford Entergy 7/18-8/29 *

'Point Beach Nuclear Mgmt..

7/25 - 9/5 '

Farley Southern Nuclear 8/22-10/3 Oconee Duke Energy 8/22 - 10/3 Pilgrim Entergy 9/6-10/10 Quad Cities Exelon 9112-10/24 River Bend Entergy 9/19 -.10/31 Perry First Energy 10/24-12(5

,Surry Dominion:'

117 I-127,.i.2/%9