ML103610098: Difference between revisions

From kanterella
Jump to navigation Jump to search
(Created page by program invented by StriderTol)
 
(StriderTol Bot change)
 
(2 intermediate revisions by the same user not shown)
Line 3: Line 3:
| issue date = 12/22/2010
| issue date = 12/22/2010
| title = Modification No. 098 Under Task Order No. DR-01-0290
| title = Modification No. 098 Under Task Order No. DR-01-0290
| author name = Turner M A
| author name = Turner M
| author affiliation = NRC/ADM/DC
| author affiliation = NRC/ADM/DC
| addressee name = Figueiras C
| addressee name = Figueiras C
Line 16: Line 16:


=Text=
=Text=
{{#Wiki_filter:IBPANO 1. CONTRACT ID CODE PAGE OF AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)  
{{#Wiki_filter:IBPANO
-M098 December 28, 2010 OIS-11-101 Dated 12/08/2010
: 1. CONTRACT ID CODE PAGE OF AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1
: 6. ISSUED BY CODE 7. ADMINISTERED BY (If other than Item 6) CODE U.S. Nuclear Regulatory Commission  
1 2
-U.S. Nuclear Regulatory Commission Division of Contracts Div of Contracts Attn: Michael Turner -TWB-01-BIOM Mailstop:
: 2. AMENDMENT/MODIFICATION NO.
TWB-01-BIOM Information Management and Technology Br Information Management and Technology Br Washington DC 20555-0001 Washington, DC 20555-0001
: 3. EFFECTIVE DATE
: 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION NO.L-3 COMMUNICATIONS GOVERNMENT SERVICES, INC L-3 SERVICES, INC. 9B. DATED (SEE ITEM 11)ATTN: CARLOS FIGUEIRAS DIRECTOR OF CONTRACTS 11955 FREEDOM DRIVE 10A. MODIFICATION OF CONTRACT/ORDER NO.10TH FLOOR, ROOM 10114 GSOOT98ALD0017 DR-01-0290 RESTON VA 20190 108. DATED (SEE ITEM 13)CODE 177153319 IFACILITY CODE X 09-28-2001
: 4. REQUISITION/PURCHASE REQ. NO.
: 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS Z' 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
: 5. PROJECT NO.(If applicable)
_ 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 AC-KNOWLEDGMENT 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.
M098 December 28, 2010 OIS-11-101 Dated 12/08/2010
: 6. ISSUED BY CODE
: 7. ADMINISTERED BY (If other than Item 6)
CODE U.S.
Nuclear Regulatory Commission -
U.S. Nuclear Regulatory Commission Division of Contracts Div of Contracts Attn: Michael Turner - TWB-01-BIOM Mailstop: TWB-01-BIOM Information Management and Technology Br Information Management and Technology Br Washington DC 20555-0001 Washington, DC 20555-0001
: 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)
(X) 9A. AMENDMENT OF SOLICITATION NO.
L-3 COMMUNICATIONS GOVERNMENT SERVICES, INC L-3
: SERVICES, INC.
9B. DATED (SEE ITEM 11)
ATTN:
CARLOS FIGUEIRAS DIRECTOR OF CONTRACTS 11955 FREEDOM DRIVE 10A. MODIFICATION OF CONTRACT/ORDER NO.
10TH FLOOR, ROOM 10114 GSOOT98ALD0017 DR-01-0290 RESTON VA 20190 108. DATED (SEE ITEM 13)
CODE 177153319 IFACILITY CODE X
09-28-2001
: 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS Z' 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 AC-KNOWLEDGMENT 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. ACCOUNTINGANDAPPROPRIATIONDATA (ifrequired)
: 12. ACCOUNTINGANDAPPROPRIATIONDATA (ifrequired)
B&R No.: 2011-10-51-J-144 JOB CODE No.: J1144 APPN No.: 31X0200.110 BOC No.: 252A FFS No.: 110767 OBLIGATION AMOUNT: $2,600,000.00 NAICS CODE: 541512 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.(X) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority)
B&R No.: 2011-10-51-J-144 JOB CODE No.: J1144 APPN No.: 31X0200.110 BOC No.: 252A FFS No.: 110767 OBLIGATION AMOUNT: $2,600,000.00 NAICS CODE: 541512
THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 1OA.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).
: 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority)
(X)
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 1OA.
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)
SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER (Specify type of modification and authority)
Subsection B.8, Consideration and Obligation E. IMPORTANT:
Subsection B.8, Consideration and Obligation E. IMPORTANT:
Contractor E is not, E- is required to sign this document and return copies to the issuing office.14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
Contractor E
is not, E-is required to sign this document and return copies to the issuing office.
: 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
The purpose of this modification is to provide incremental funding in the amount of $2,600,000.00.
The purpose of this modification is to provide incremental funding in the amount of $2,600,000.00.
See Page 2 for details of modification.
See Page 2 for details of modification.
Except as provided herein, all terms and conditions of the document referenced in Item 9A or IDA, as heretofore changed, remains unchanged and in full force and effect.15A. NAME AND TITLE OF SIGNER (Type or print) 16A, NAME AND TITLE OF CONTRACTING OFFICER (Type or print)Michael A. Turner, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 163. UNITED STATES OFMERI, AJ/ 16C. DATE SIGNED BY 12-22-2010 (Signature of person authorized to sign) (Signature of Contracting Officer) 12-22-2010 Ni 500 5 807 STNADFOM3 Ri.1.3 NSN 7540-01-152-8070 I L. 110 dd STANDARD FORM 30 (REV. 10-83)Prescribed by GSA -FAR (48 CFR) 53.243 Task Order No. DR-01-0290 Modification No. 98 Page 2 of 2 The purpose of this modification is to increase the obligated amount of the subject task order by$2,600,000.00 from $163,888,179.31 to $166,488,179.31.
Except as provided herein, all terms and conditions of the document referenced in Item 9A or IDA, as heretofore changed, remains unchanged and in full force and effect.
Accordingly, the following change is hereby made: Subsection B.8 -CONSIDERATION AND OBLIGATION, is deleted in its entirety and substituted with the following in lieu thereof: "a. The total estimated amount (ceiling) of this task order for the products/services ordered delivered, and accepted under this task order is $173,763,230.99.
15A. NAME AND TITLE OF SIGNER (Type or print) 16A, NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
The Contracting Officer may unilaterally increase this amount as necessary for orders to be placed with'the contractor during the task order period provided such orders are within any maximum ordering limitation prescribes under this contracts.
Michael A. Turner, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 163. UNITED STATES OFMERI, AJ/
: b. The amount presently obligated with respect to this task order is $166,488,179.31.
16C. DATE SIGNED BY 12-22-2010 (Signature of person authorized to sign)
The Contracting Officer may issue orders for work up to the amount presently obligated.
(Signature of Contracting Officer) 12-22-2010 Ni 500 5 807 STNADFOM3 Ri.1.3 NSN 7540-01-152-8070 I L. 110 dd STANDARD FORM 30 (REV. 10-83)
This obligated amount may be unilaterally increased from time to time by the Contracting Officer by written modification to this task order. The obligated amount shall, at no time, exceed the task order ceiling as specified in paragraph a above.When and if the amount(s) paid and payable to the Contractor hereunder shall equal the obligated amount, the Contractor shall not be obligated to continue performance of the work unless and until the Contracting Officer shall increase the amount obligated with respect to this task order. Any work undertaken by the Contractor in excess of the obligated amount specified above is done so at the Contractor's sole risk." A summary of obligations for this task order from award date through the date of this action is given below: Total FY'01 Obligation Amount ................................................  
Prescribed by GSA - FAR (48 CFR) 53.243
$ 627,000.00 Total FY'02 Obligation Amount..ý  
 
....................  
Task Order No. DR-01-0290 Modification No. 98 Page 2 of 2 The purpose of this modification is to increase the obligated amount of the subject task order by
$ 9,974,407.71 Total FY'03 Obligation Am ount ................................................  
$2,600,000.00 from $163,888,179.31 to $166,488,179.31.
$11,350,381.33 Total FY'04 O bligation Amount ................................................  
Accordingly, the following change is hereby made:
$11,411,960.00 Total FY'05 Obligation Amount ......................  
Subsection B.8 - CONSIDERATION AND OBLIGATION, is deleted in its entirety and substituted with the following in lieu thereof:
$11,241,131.78 Total FY'06 Obligation Amount ................................................  
"a. The total estimated amount (ceiling) of this task order for the products/services ordered delivered, and accepted under this task order is $173,763,230.99. The Contracting Officer may unilaterally increase this amount as necessary for orders to be placed with' the contractor during the task order period provided such orders are within any maximum ordering limitation prescribes under this contracts.
$20,639,113.00 Total FY'07 Obligation Amount ................................................  
: b. The amount presently obligated with respect to this task order is $166,488,179.31. The Contracting Officer may issue orders for work up to the amount presently obligated.
$20,371,079.44 Total FY'08 Obligation Amount ................................................  
This obligated amount may be unilaterally increased from time to time by the Contracting Officer by written modification to this task order. The obligated amount shall, at no time, exceed the task order ceiling as specified in paragraph a above.
$22,362,208.00 Total FY'09 Obligation Am ount ................................................  
When and if the amount(s) paid and payable to the Contractor hereunder shall equal the obligated amount, the Contractor shall not be obligated to continue performance of the work unless and until the Contracting Officer shall increase the amount obligated with respect to this task order. Any work undertaken by the Contractor in excess of the obligated amount specified above is done so at the Contractor's sole risk."
$30,551,897.14 Total FY'10 Obligation Amount ................................................  
A summary of obligations for this task order from award date through the date of this action is given below:
$21,859,000.00 Total FY'11 Obligation Am ount ...............................................  
Total FY'01 Obligation Amount................................................
$ 6,100,000.00 Cumulative Total of NRC Obligations:  
627,000.00 Total FY'02 Obligation Amount..ý....................  
$166,488,179.31.
$ 9,974,407.71 Total FY'03 Obligation Am ount................................................  
$11,350,381.33 Total FY'04 O bligation Amount................................................  
$11,411,960.00 Total FY'05 Obligation Amount......................  
$11,241,131.78 Total FY'06 Obligation Amount................................................  
$20,639,113.00 Total FY'07 Obligation Amount................................................  
$20,371,079.44 Total FY'08 Obligation Amount................................................  
$22,362,208.00 Total FY'09 Obligation Am ount................................................  
$30,551,897.14 Total FY'10 Obligation Amount................................................  
$21,859,000.00 Total FY'11 Obligation Am ount...............................................  
$ 6,100,000.00 Cumulative Total of NRC Obligations: $166,488,179.31.
This modification obligates FY'1 1 funds in the amount of $2,600,000.00.
This modification obligates FY'1 1 funds in the amount of $2,600,000.00.
All other terms and conditions under this task order, including the ceiling amount of$173,763,230.99 remains unchanged.}}
All other terms and conditions under this task order, including the ceiling amount of
$173,763,230.99 remains unchanged.}}

Latest revision as of 00:54, 14 January 2025

Modification No. 098 Under Task Order No. DR-01-0290
ML103610098
Person / Time
Issue date: 12/22/2010
From: Michael Turner
NRC/ADM/DC
To: Figueiras C
L-3 Communications Govt Services, L-3 Services
References
DR-01-0290, Job Code J1144
Download: ML103610098 (2)


Text

IBPANO

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

1 2

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

M098 December 28, 2010 OIS-11-101 Dated 12/08/2010

6. ISSUED BY CODE
7. ADMINISTERED BY (If other than Item 6)

CODE U.S.

Nuclear Regulatory Commission -

U.S. Nuclear Regulatory Commission Division of Contracts Div of Contracts Attn: Michael Turner - TWB-01-BIOM Mailstop: TWB-01-BIOM Information Management and Technology Br Information Management and Technology Br Washington DC 20555-0001 Washington, DC 20555-0001

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)

(X) 9A. AMENDMENT OF SOLICITATION NO.

L-3 COMMUNICATIONS GOVERNMENT SERVICES, INC L-3

SERVICES, INC.

9B. DATED (SEE ITEM 11)

ATTN:

CARLOS FIGUEIRAS DIRECTOR OF CONTRACTS 11955 FREEDOM DRIVE 10A. MODIFICATION OF CONTRACT/ORDER NO.

10TH FLOOR, ROOM 10114 GSOOT98ALD0017 DR-01-0290 RESTON VA 20190 108. DATED (SEE ITEM 13)

CODE 177153319 IFACILITY CODE X

09-28-2001

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS Z' 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 AC-KNOWLEDGMENT 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. ACCOUNTINGANDAPPROPRIATIONDATA (ifrequired)

B&R No.: 2011-10-51-J-144 JOB CODE No.: J1144 APPN No.: 31X0200.110 BOC No.: 252A FFS No.: 110767 OBLIGATION AMOUNT: $2,600,000.00 NAICS CODE: 541512

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

(X)

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 1OA.

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

SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

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

D. OTHER (Specify type of modification and authority)

Subsection B.8, Consideration and Obligation E. IMPORTANT:

Contractor E

is not, E-is required to sign this document and return copies to the issuing office.

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

The purpose of this modification is to provide incremental funding in the amount of $2,600,000.00.

See Page 2 for details of modification.

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

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

Michael A. Turner, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 163. UNITED STATES OFMERI, AJ/

16C. DATE SIGNED BY 12-22-2010 (Signature of person authorized to sign)

(Signature of Contracting Officer) 12-22-2010 Ni 500 5 807 STNADFOM3 Ri.1.3 NSN 7540-01-152-8070 I L. 110 dd STANDARD FORM 30 (REV. 10-83)

Prescribed by GSA - FAR (48 CFR) 53.243

Task Order No. DR-01-0290 Modification No. 98 Page 2 of 2 The purpose of this modification is to increase the obligated amount of the subject task order by

$2,600,000.00 from $163,888,179.31 to $166,488,179.31.

Accordingly, the following change is hereby made:

Subsection B.8 - CONSIDERATION AND OBLIGATION, is deleted in its entirety and substituted with the following in lieu thereof:

"a. The total estimated amount (ceiling) of this task order for the products/services ordered delivered, and accepted under this task order is $173,763,230.99. The Contracting Officer may unilaterally increase this amount as necessary for orders to be placed with' the contractor during the task order period provided such orders are within any maximum ordering limitation prescribes under this contracts.

b. The amount presently obligated with respect to this task order is $166,488,179.31. The Contracting Officer may issue orders for work up to the amount presently obligated.

This obligated amount may be unilaterally increased from time to time by the Contracting Officer by written modification to this task order. The obligated amount shall, at no time, exceed the task order ceiling as specified in paragraph a above.

When and if the amount(s) paid and payable to the Contractor hereunder shall equal the obligated amount, the Contractor shall not be obligated to continue performance of the work unless and until the Contracting Officer shall increase the amount obligated with respect to this task order. Any work undertaken by the Contractor in excess of the obligated amount specified above is done so at the Contractor's sole risk."

A summary of obligations for this task order from award date through the date of this action is given below:

Total FY'01 Obligation Amount................................................

627,000.00 Total FY'02 Obligation Amount..ý....................

$ 9,974,407.71 Total FY'03 Obligation Am ount................................................

$11,350,381.33 Total FY'04 O bligation Amount................................................

$11,411,960.00 Total FY'05 Obligation Amount......................

$11,241,131.78 Total FY'06 Obligation Amount................................................

$20,639,113.00 Total FY'07 Obligation Amount................................................

$20,371,079.44 Total FY'08 Obligation Amount................................................

$22,362,208.00 Total FY'09 Obligation Am ount................................................

$30,551,897.14 Total FY'10 Obligation Amount................................................

$21,859,000.00 Total FY'11 Obligation Am ount...............................................

$ 6,100,000.00 Cumulative Total of NRC Obligations: $166,488,179.31.

This modification obligates FY'1 1 funds in the amount of $2,600,000.00.

All other terms and conditions under this task order, including the ceiling amount of

$173,763,230.99 remains unchanged.