ML22005A084: Difference between revisions

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


=Text=
=Text=
{{#Wiki_filter:AMENDMENT OF SOLICITATION/MODIF ICATION OF CONTRACT 11. CONTRACT ID CODE I PAGE OF PAGES 1 I 3
{{#Wiki_filter:AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
: 2. AMENDMENT/MOD IFICATIO N NO. 3. EFFECT IVE DATE 4. REQUISITION/P U RC HASE REQ. NO. 15. PRO JECT NO. /If applicable)
: 11. CONTRACT ID CODE I PAGE 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
P00002 See Bl ock 16C ZEROREQ-RES-21-0033
: 6. ISSU E D BY CODE NRC HQ 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
: 6. ISSUED BY CODE NRCHQ US NRC -
: 8. NAME AND ADDRESS OF CONTRACTO R (No.. street. county, State and ZIP Code) 9A. AMENDMENT OF SOLIC ITATION NO.
HQ ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN-07B20M WASHI NGTON DC 20555-0001
12 E NGI NEERING MEC HANICS CORPORATION OF CO LUMBUS A TT N GARY HA TTERY 9B. DATED /SEE ITEM 11) 3 518 RIV ERSIDE DR I VE s UI TE 202 C OLUMBUS OH 4 32211735 X 10A. MOD IFICATIO N O F CONTRACT/ORDER NO. 31310020D0003 3 1 3 1 0020F0 1 01 10B. DATED /SEE ITEM 13)
: 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county, State and ZIP Code)
 
NGINEERING MECHANICS E
CODE 01408316 1 FAC IL ITY CODE 08/11/2020
A 3
: 11. THI S ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
s C
 
TTN GARY HATTERY 518 RIVERSIDE DRIVE UI TE 202 OLUMBUS OH 432211735 CODE 014083161 CORPORATION OF COLUMBUS FACILITY CODE
The above numbered solicita tion Is amended as set forth in Item 14. The hour and date spec ified for rece ipt of Offers ~ is exte nd ed. is n ot e xtende d.
: 7. ADMINISTERED BY (lfother/han Item 6)
Offers must ack no w ledge rece ipt of this amendment prior to the hou r and d ate spec ified in the so licitation o r as ame n ded, by on e of the following methods: (a ) By c o mp le ting lle m s 8 a n d 15, a n d returning ____ cop ies of the ame n dmen t; (b) By acknow ledgin g rece ipt o r this a m endme nt on each copy o r the offer sub m itted; or <c ) By separate letter or telegram wh ich inc ludes a refere n ce to the solicitation an d amend m ent numb ers. FAILURE OF YOUR ACKNOWLEDGE MENT TO BE RECE IVED AT THE PLACE DESIGNATED FO R THE RECE IPT OF OFFERS PR IOR TO T HE HOU R AND DATE SPECI FIED MAY RESULT IN REJECT ION O F YOUR OFFER If by virtue of this amend me nt you desire to cha n ge an offer a lready sub m itted, su ch ch ange ma y be m ade by telegram o r letter, provided each teleg ram o r letter m a kes reference to the so licitation a n d this a m endme nt, and is received prio r to the ope n in g hour a n d date spec ified.
CODE I 12 9A. AMENDMENT OF SOLICITATION NO.
12. ACCOUNT ING AND APPROPR IATION DATA (If required)
9B. DATED /SEE ITEM 11)
X 10A. MODIFICATION OF CONTRACT/ORDER NO.
31310020D0003 31310020F0101 10B. DATED /SEE ITEM 13) 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 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
N/A
: 13. THIS ITEM ONLY APPLIES TO MODIF ICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT /ORDER NO. AS DESCR IBED IN ITEM 14.
: 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
 
CHECK ONE X
CHECK ONE A. THIS CHANG E ORDE R IS ISSUED PURSUANT TO: (Specify authority) T HE CHANGES SET FORTH IN ITEM 14 ARE MADE IN T HE CONTRAC T O RDER NO. IN ITE M 10A.
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).
B. THE ABOVE NU MBERED CONTRACT/ORDER IS MODI FIED TO REFLECT THE ADM INISTRATIVE CHANGES (such as changes in paying office, appropriati on date, etc.) SET FORTH IN ITEM 14, PURS U AN T TO THE AUTHOR ITY OF FAR 43. 103(b ).
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
 
52. 243-2 CHANGES - COST-REIMBURSEMENT. (AUG 1987) -
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUT HOR ITY OF:
ALTERNATE I (APR 1984)
X 52. 243 - 2 CHANGES - COS T-REIMBURSEMENT. (A UG 1987) - AL TERNATE I (APR 1 984)
 
D. OTHER (Specify type of modification end authority/
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 all 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 Task Order Ceiling : $1, 913, 447. 00 (changed)
Pe riod of Pe rformance : 09/29/2020 to 09/30/2024 Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 1 0A, as heretofore changed, remains unchanged and in full force and effect.
1 SA. NAME AND TITLE OF SIGNER (Type or print) 15B. CONTRACTOR/OFFEROR (Signature of person authorized ro sign)
NSN 7540-01-152-8070 Previous edllion unusable 15C. DATE SIGNED 16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print)
MONIQUE B. WILLIAMS TEL: 301-415-6971 EMAIL: Monique.Williams@nrc. gov 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED
~
-f\\,I ""-'"'I--~ I~
L.Jdua-1s1gnoturo of Contracting Officer) 12/26/2020 STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA FAR (48 CFR) 53.243


E. IMPORTANT: Contractor 7 is not. x1 is required to sign this docume n t and return ______ 1 __ cop ies to the issu ing o ffice.
31310020D0003/31310020F0101 Section B - Supplies or Services/Prices was revised as follows.
: 14. DESCRIPTION OF AMENDMENT/MOD IFICATIO N (Organized by UCF section headings, Including sol/citation/contract subject ma tter wh ere feasible.)
Summary of Clause Changes:
The purpose of t h is modification is to : (1) increase t h e ceiling by $12, 017. 00, f ro m
Clause titled CONSIDERATION AND OBLIGATION-COST-PLUS-FIXED-FEE ALTERNATE I is incorporated as follows:
$ 1, 901, 430. 00 to $1, 913, 4 4 7. 00, t o al l ow for the purchase of an add i tio nal GoldSim Lice n se and ( 2 ) t o add t h e NRC For m 187 as a n attachment to the task order. See co n tinuation p ages for specific changes to t h e task order.
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.
Total Obligated Amount : $330, 000. 00 (uncha nged )
Tota l Tas k Order Ce iling : $1, 913, 447. 00 (c ha nged)
 
Pe riod of Pe rforman ce : 09/29/202 0 to 09/30/2024
 
Exce pt as prov ided herein, a ll term s an d c o n ditions of the documen t referenced in Ite m 9 A o r 1 0A, as heretofo re chang ed, rema ins uncha n g ed an d in fu ll fo rce and effect.
1 SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND T ITLE OF CONTRACTING OFF ICER (Type or print)
MONIQUE B. WILLIAMS TEL : 30 1-41 5-6971 EMA IL : Monique. Williams@ nr c. gov 15B. CONTRAC T OR/OFFEROR 15C. DATE SIGNED 16B. U N ITED STAT ES OF AME RICA 16C. DATE SIGN ED
~ -f\\,I " "-'"'I- -~ I~ L.Jdua-(Signature of person a ut horized ro sign) 1s1gno turo of Contracting Officer) 1 2/26/2020 NSN 7540-0 1-152-8070 STANDARD FORM 30 (REV. 10-83)
P revious edllion un u sab le P rescribed by GSA FAR (48 C FR) 53.243 31310020D0003 /31310020F0101
 
Section B - Supplies or Services /Prices was revised as follows.
 
Summary of C lause Changes :
 
C lause titled CONSIDERAT I ON AND OBLIGATION - COST-PLUS-FIXED-FEE ALTERNATE I is incorporated as follows:
 
CONSIDERATION AND OBLIGATION-COST -PLUS -FIXED -FEE ALTERNATE I
 
(a) The tota l estimated cost to the Government for fu ll performance of this contract is
$1,913,447 of which the sum of $ 1,793,001 represents the estimated reimbu rsable 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.
(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  
(c) The amount currently ob ligated 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.
$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 0005 Indirect Cost Pool (includes Fringe, Overhead and G&A)
SUBTOTAL
$1,793,001 0006 Fixed Fee
$120,446 TOTAL
$1,913,447 Page 2


(d) It is estimated that the amount current ly ob ligated will cover performance through 01/3 1/2021.
31310020D0003/31310020FO 101 Section J - List of Documents, Exhibits and Other Attachments was revised as follows.
 
1 - List of Documents, Exhibits and Other Attachments was added and reads as follows.  
(e) This is an incrementally - funded contract and FAR 52.232-22 - "Limitation of Funds " applies.
~ttachment Title Date Number 1
 
NRG FORM 187 12/21/2020 Page 3  
(f) In accordance with FAR 52.216 -8 - Fixed Fee, it is the policy of the NRC to withhol d 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. According ly, the maximum amount of fixed-fee that may be held in reserve is $18,067.
 
C lause 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 0005 Indirect Cost Pool (includes Fringe, Overhead and G&A)
SUBTOTAL $1,793,001 0006 Fixed Fee $120,446 TOTAL $ 1,9 13,447
 
Page 2 3 13 10020 D0003/3 13 10020FO 101
 
Section J - List of Documents, Exhibits and Other Attachments was revised as follows.
 
1 - List of Documen ts, Exhibits and Other A ttachments was added and reads as fo llows.
 
~ttachment Title Date Number 1 NRG FORM 187 12/21/2020
 
Page 3 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE I PAGE OF PAGES 1 I 2
: 2. AMENDMENT/MOD IFICATIO N NO. 3. EFFECT IVE DATE 4. REQUISITION/P U RC HASE REQ. NO. 15. PRO JECT NO. /II applicable)
P00003 See Bl ock 1 6C RES-21-0162
: 6. ISSU E D BY CODE NRC HQ 7. ADMINISTERE D BY (If o ther than Item 6) CODE I US NRC - HQ ACQUISITION MANAGEMENT DI VISIO N MA IL STOP TWFN-07B20M WASHINGTON DC 20555-0001
: 8. NAME AND ADDRESS OF CONTRACTO R (No.. street. county, State and ZIP Code) 9A. AMENDMEN T OF SOLIC ITATION NO.
~
E NGI NEERING MEC HANI CS CORPORATION OF COLUMBUS A TT N GARY HAT TERY 98. DATED /SEE ITEM 11) 3 5 1 8 RIVE RSIDE DRIVE s UI TE 202 C OLUMBUS OH 4 32211 735 X 10A. MOD IFICATIO N O F CONTRACT/ORDER NO. 313 10 020D0003 3 1 3 1 0020F0 1 01 108. DATED /SEE ITEM 13)
 
CODE 0 1 4083 1 61 FACILITY CODE 08/11/2020
: 11. THI S ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
 
The above numbered solicita tion Is amen d ed as set forth in Item 14. The hour a n d date spec ified for rece ipt of Offers is exte nd ed. is n ot e x tende d.
Offers must ac kno w ledge rece ipt of this amendmen t prior to the h o ur and d ate specified in the so licitation o r as ame n ded, by on e of the following methods: (a) By co mp letin g Ite m s 8 a n d 15, a n d retu rning ____ cop ies of the ame n dmen t; (b) By ac kn o w ledging rece ipt o f this a m endme nt on each copy o f the offer sub mitted: o r <c ) By separate letter or telegram wh ich inc ludes a refere n ce to the solicitation an d amend m ent numb ers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECE IVED AT THE PLACE DESI G NATE D FO R THE RECE IPT OF OFFER S PR IOR TO T HE HOUR AND DATE SPECI FIED MAY RESULT IN REJEC T ION O F YOUR OFFER If by virtue of this amend m ent y o u desire to cha n ge an offer already su b m itted, su ch ch ange ma y be m ade by teleg ram o r letter, provided each telegram o r letter m a kes reference to the so licitation a n d this a m endme nt, and is received prior to the ope nin g hou r a n d date spec ified.
: 12. ACCOU NTING AND APPROPRIATION DATA(lf required) Net I n c rease : $ 1 00, 000. O O 202 1 -X0200-FEEBASED-60-60D00 1 -60B 1 01 -1032-l l 1 54-251A-ll-6-15 4-1 032
: 13. THIS ITEM ONLY APPLIES TO MODIF ICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT /ORDER NO. AS DESCR IBED IN ITEM 14.
 
CHECK ONE A. THI S CHANGE ORDE R IS ISSUED PURSUANT TO: (Spec ify a uthority) T HE CHANGES SET FOR TH IN ITEM 14 ARE MADE IN T HE CONTRAC T O RDER NO. IN ITE M 10A.
 
B. THE ABOVE NUMBE R E D CONTRACT/ORDER IS MODI FIED TO REF L ECT THE ADM INISTRATIVE CHANGES (such as cha n ges in paying o ffiepproprletlon date, e tc.) SET FOR TH IN ITEM 14, PURS U ANT TO THE AUTHOR ITY OF FAR 43. 103(b). ce,
 
C. THIS SUPP LE MENTAL AG REEMENT IS ENTERE D INTO PURSUANT TO AU T HOR ITY OF:
 
D. OTHER (Specify type of mod/I/cal/on a nd a uthority)
X FAR 52. 232-22 LIMITATION OF FUNDS (APR 1 984 )
 
E. IMPORTANT: Co nt rac tor x] is no t. is required to sign this docume n t and retu rn ______ _ cop ies to the issu ing o ffice.
: 14. DESC RIP T ION OF AM ENDM E NT/MOD IFICATIO N (Organized by U CF section headings, inc luding sollcllalion/contract subj ec t ma tter wh ere feasible.)
The purpose of t h is tas k order mo d ificatio n is to provide incremental funding in the a mou n t of $100. 000. 00, t here by i n creasi ng th e t o t al obliga t io n amou nt from $330, 000. 00 t o
$430, 000. 00.
 
Tota l Obl iga ted Amou n t : $ 430, 000. 00 (c ha n ged)
Total Task Order Ceiling : $ 1, 9 1 3, 447. 00 (un changed )
Pe riod of Per f o rma nce : 09/29/2020 to 09/30/2024


Ex c e pt as pro vided herein, a ll term s an d c o nditions of the documen t referenced in Item 9 A o r 1 0A, as heretofore chang ed, rem ains unchan g ed and in fu ll fo rce an d effect.
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
15A. NAM E AND TITLE OF SIGN E R (Type or print) 16A. NAME AND T ITLE OF CONTRACTING OFF ICER (Type or print)
: 11. CONTRACT ID CODE I PAGE OF PAGES 1
Margo Katzper TEL : 301-41 5-336 4 EMA I L : ma rg o. katz p er@ nr c. gov 158. CONTRAC T OR/OFFEROR 15C. DATE SIGNED 16B. U N ITED STAT ES OF AME RICA 16C. DATE SIGN ED
I 2
~ a- ~ 02/03/2021 (SJ9n o ture o f porson o ut hon'zod to sign) (Slgna turo of Co ntrac llllfl Officer)
: 2. AMENDMENT/MODIFICATION NO.
NSN 7540-0 1-152*8070 STANDARD FORM 30 (REV. 10-83)
: 3. EFFECTIVE DATE
P revious ed ition un u sab le P resc ribed by GSA FAR (48 C FR) 53.243 31310020D0003 /31310020F0101
: 4. REQUISITION/PURCHASE REQ. NO.
 
: 15. PROJECT NO. /II applicable)
Section B - Supplies or Services /Prices was revised as follows.
P00003 See Bl ock 16C RES-21-0162
 
: 6. ISSUED BY CODE NRCHQ US NRC -
Summary of C lause Changes :
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)
C lause titled CONSIDERAT I ON AND OBLIGATION - COST-PLUS-FIXED-FEE ALTERNATE I is incorporated as follows:
NGINEERING MECHANICS E
 
A 3
CONSIDERATION AND OBLIGATION-COST -PLUS -FIXED -FEE ALTERNATE I
s C
 
TTN GARY HATTERY 518 RIVERSIDE DRIVE UI TE 202 OLUMBUS OH 432211735 CODE 014083161 CORPORATION OF COLUMBUS FACILITY CODE
(a) The tota l estimated cost to the Government for fu ll performance of this contract is
: 7. ADMINISTERED BY (If other than Item 6)
$1,913,447 of which the sum of $ 1,793,001 represents the estimated reimbu rsable costs, and of which $120,446 represents the fixed-fee.
CODE I
~
9A. AMENDMENT OF SOLICITATION NO.
: 98. DATED /SEE ITEM 11)
X 10A. MODIFICATION OF CONTRACT/ORDER NO.
31310020D0003 31310020F0101 108. DATED /SEE ITEM 13) 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 ncrease :
$100, 000. O O 2021-X0200-FEEBASED-60-60D001-60B101-1032-l l-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 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 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)
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 task order modification 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.
Total Obligated Amount : $430, 000. 00 (changed)
Total Task Order Ceiling : $1, 913, 447. 00 (unchanged)
Pe riod of Perf ormance : 09/29/2020 to 09/30/2024 Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 1 0A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type or print) 158. CONTRACTOR/OFFEROR (SJ9noture of porson outhon'zod to sign)
NSN 7540-01-152*8070 Previous edition unusable 15C. DATE SIGNED 16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print)
Margo Katzper TEL: 301-415-3364 EMAI L: margo. katzper@nrc.gov 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED
~
a- ~
02/03/2021 (Slgnaturo of Contracllllfl Officer)
STANDARD FORM 30 (REV. 10-83)
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.
(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  
(c) The amount currently ob ligated 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.
$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


(d) It is e stimated that the amount current ly ob liga ted will cover performance through 03/25/2021.
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
 
: 11. CONTRACT ID CODE I PAGE OF PAGES 1
(e) This is an incrementally -funded contract and FAR 52.232 "Limitation of Fund s" applies.
I 2
 
: 2. AMENDMENT/MODIFICATION NO.
(f) In accordance with FAR 52.216 -8 - Fixed Fee, it is the policy of the NRC to withhol d 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. According ly, the maximum amount of fixed-fee that may be held in reserve is $18,067.
: 3. EFFECTIVE DATE
 
: 4. REQUISITION/PURCHASE REQ. NO.
Page 2 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE I PAGE OF PAGES 1 I 2
: 15. PROJECT NO. /II applicable)
: 2. AMENDMENT/MOD IFICATIO N NO. 3. EFFECT IVE DATE 4. REQUISITION/P U RC HASE REQ. NO. 15. PRO JECT NO. /II applicable)
P00004 See Block 16C RES-21-02 15
P00004 See Block 16C RES-21-02 1 5
: 6. ISSUED BY CODE NRCHQ US NRC -
: 6. ISSU E D BY CODE NRCHQ 7. ADMINISTERE D BY (If o ther than Item 6) CODE I US NRC - HQ ACQUISITION MANAGEMENT DI VISIO N MA IL STOP TWFN - 07 B2 0M WASH I NGTON DC 20555-0001
HQ ACQUISITION MANAGEMENT DI VISION MAIL STOP TWFN- 07B20M WASHI NGTON DC 20555-0001
: 8. NAME AND ADDRESS OF CONTRACTO R (No.. street. county, State and ZIP Code) 9A. AMENDMEN T OF SOLIC ITATION NO.
: 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county, State and ZIP Code)
~
NGI NEERING MECHANICS E
E NGI NEERING MEC HANI CS CORPORATION OF CO LUMBUS A TTN GARY HA TTE RY 98. DATED /SEE ITEM 11) 3 518 RI VERSIDE DR I VE s UI TE 202 C OLUMBUS OH 4 32211 735 X 10A. MOD IFICATIO N O F CONTRACT/ORDER NO. 313 10 020D0003 3 1 3 1 0020F0 1 01 108. DATED /SEE ITEM 13)
A 3
 
s C
CODE 0 1 4083 1 61 FAC ILITY CODE 08/11/2020
TTN GARY HATTERY 518 RI VERSIDE DRIVE UI TE 202 OLUMBUS OH 432211735 CODE 014083161 CORPORATION OF COLUMBUS FACILITY CODE
: 11. THI S ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
: 7. ADMINISTERED BY (If other than Item 6)
 
CODE I
The above numbered solicita tion Is amen d ed as set forth in Item 14. The hour a n d date spec ified for rece ipt of Offers is exte nd ed. is n ot e x tende d.
~
Offers must ac kno w ledge receipt of this amendmen t prior to the h o ur and d ate specified in the so licitation o r as ame n ded, by on e of the following methods: (a) By co mp letin g Ite m s 8 a n d 15, a n d retu rning ____ cop ies of the ame n dmen t; (b) By ac kn o w ledging rece ipt o f this a m endme n t on each copy o f the offer sub mitted : or <c ) By separate letter or electron ic communication which inclu d es a reference to the solicitation a nd a m endmen t numbe rs. FAILU RE OF YOUR ACK NOWLEDGEMENT TO BE RECE IVED AT THE PLACE DES IGNATED FOR THE RECEIPT O F OFFERS PR IOR TO THE HOUR AND DATE SPEC IFIED MAY RESU LT IN REJE C TIO N OF YOUR O FFER. If by v irtue of this amendment you desire to cha n ge an offer a lrea dy sub mitted, such cha n ge m ay be made by letter or elec tron ic co mmuni cation, provtded each letter o r e lec tro n ic co mmuni catio n makes reference to the so licitation a n d th is a m endme n t. and is received prior to the open ing hour a n d date specified.
9A. AMENDMENT OF SOLICITATION NO.
12. ACCO U NTING AND APPROPR IATION DATA(lf required) Net I n c rease : $274, 279. O 3 202 1 -C0200-FEEBASED-60-60D00 1 -60B 1 01 -1032-11 1 54-252A-ll-6-15 4-1032
: 98. DATED /SEE ITEM 11)
: 13. THIS ITEM ONLY APPLIES TO MODIF ICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT /ORDER NO. AS DESCR IBED IN ITEM 14.
X 10A. MODIFICATION OF CONTRACT/ORDER NO.
 
31310020D0003 31310020F0101 108. DATED /SEE ITEM 13) 08/11/2020
CHECK ONE A. THI S CHANGE ORDE R IS ISSUED PURSUANT TO: (Spec ify a uthority) T HE CHANGES SET FOR TH IN ITEM 14 ARE MADE IN T HE CONTRAC T O RDER NO. IN ITE M 10A.
: 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.
B. THE ABOVE NUMBE RED CONTRACT/ORDER IS MODI FIED TO REF L ECT THE ADM INISTRATIVE CHANGES (such as c han ges in payi n g office, epproprletlon date, etc.) SET FOR TH IN ITEM 14, PURS U AN T TO THE AUTHOR ITY OF FAR 43. 103(b).
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning
 
____ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted : or <c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers.
C. THIS SUPP LE MENTAL AG REEMENT IS ENTERE D INTO PURSUANT TO AUT HOR ITY OF:
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)
D. OTHER (Specify type of modlflcallon a nd a uthority)
Net I ncrease :  
X FAR 52. 232-22 LIMITATION OF FUNDS (APR 19 84 )
$274, 279. O 3 2021-C0200-FEEBASED-60-60D001-60B101-1032-11-6-154-252A-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.
E. IMPORTANT: Co nt rac tor x] is no t is required to sign this docume n t and retu rn ______ _ cop ies to the issu ing o ffice.
CHECK ONE X
: 14. DESC RIP T ION OF AM ENDM E NT/MOD IFICATIO N (Organized by UC F section headings, inc luding sollcllalion/contract subj ec t ma tter wh ere feasible.)
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.
The purpose of t h is tas k order mo d ificatio n is to provide incremental fu nd ing in the a mou n t of $274, 279. 03, t here by i n creasi ng th e t o t al ob l igat io n amou nt from $ 430, 000. 00 t o
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).
$704, 279. 0 3.
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
 
D. OTHER (Specify type of modlflcallon and authority)
Tot al Obl iga ted Amou n t : $704, 279. 03. 00 (changed)
FAR 52. 232-22 LIMITATION OF FUNDS (APR 1984 )
Tota l Tas k Order Ceili ng : $1, 913, 4 47. 00 (un change d )
E. IMPORTANT:
Pe riod of Per f o rman ce : 09/29/2020 to 09/30/2024
Contractor x] is not is required to sign this document and return ______
 
copies to the issuing office.
Ex c e pt as prov ided herein, a ll term s an d c o nditions of the documen t referenced in Item 9 A o r 1 0A, as heretofore chang ed, rem ains unchan g ed and in fu ll fo rce an d effect.
: 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including sollcllalion/contract subject matter where feasible.)
15A. NAM E AND TITLE OF SIGN E R (Type or print) 16A. NAME AND T ITLE OF CONTRACTING OFF ICER (Type or print)
The purpose of t his task order modification 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  
Margo Katzper
$704, 279. 03.
 
Total Obligated Amount : $704, 279. 03. 00 (changed)
158. CONTRAC T OR/OFFEROR 15C. DATE SIGNED 16B. U N ITED STAT ES OF AME RICA 16C. DATE SIGN ED
Total Task Order Ceiling : $1, 913, 447. 00 (unchanged )
~ a- ~ 03/09/2021 (SJ9n o ture o f porson o ut hon'zod to sign) (Slgna turo of Co ntrac llllfl Officer)
Pe riod of Perf ormance : 09/29/2020 to 09/30/2024 Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 1 0A, as heretofore changed, remains unchanged and in full force and effect.
Previous editio n un u sab le STANDARD FORM 30 (REV. 11/2016 )
15A. NAME AND TITLE OF SIGNER (Type or print) 158. CONTRACTOR/OFFEROR 15C. DATE SIGNED (SJ9noture of porson outhon'zod to sign)
P resc ribed by GSA FAR (48 CFR ) 53.24 3 31310020D0003 /31310020F0101
Previous edition unusable 16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print)
 
Margo Katzper 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED
Section B - Supplies or Services /Prices was revised as follows.
~
 
a- ~
Summary of C lause Changes :
03/09/2021 (Slgnaturo of Contracllllfl Officer)
 
STANDARD FORM 30 (REV. 11/2016)
C lause titled CONSIDERAT I ON AND OBLIGATION - COST-PLUS-FIXED-FEE ALTERNATE I is incorporated as follows:
Prescribed by GSA FAR (48 CFR) 53.243
 
CONSIDERATION AND OBLIGATION-COST -PLUS -FIXED -FEE ALTERNATE I
 
(a) The tota l estimated cost to the Government for fu ll performance of this contract is
$1,913,447 of which the sum of $ 1,793,001 represents the estimated reimbu rsable costs, and of which $120,446 represents the fixed-fee.


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.
(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


(c) The amount currently ob ligated by the Government with respect to this contract is
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
$704,279.03, of which the sum of $658,200.03 represents the estimated reimbu rsab le costs, and of which $46,079.00 represents the fixed-fee.
: 11. CONTRACT ID CODE I PAGE OF PAGES 1
 
I 23
(d) It is e stimated that the amount current ly ob liga ted will cover performance through 09/30/2021.
: 2. AMENDMENT/MODIFICATION NO.
 
: 3. EFFECTIVE DATE
(e) This is an incrementally -funded contract and FAR 52.232 "Limitation of Fund s" applies.
: 4. REQUISITION/PURCHASE REQ. NO.
 
: 15. PROJECT NO. /If applicable)
(f) In accordance with FAR 52.216 -8 - Fixed Fee, it is the policy of the NRC to withhol d 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 w ill not exceed 15 percent of the total fee or $100,000, whichever is less. According ly, 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 I PAGE OF PAGES 1 I 23
: 2. AMENDMENT/MOD IFICATIO N NO. 3. EFFECT IVE DATE 4. REQUISITION/P U RC HASE REQ. NO. 15. PRO JECT NO. /If applicable)
P00005 See Block 16C RES-21-0369
P00005 See Block 16C RES-21-0369
: 6. ISSU ED 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
: 6. ISSUED BY CODE NRCHQ US NRC -
: 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county, State and ZIP Code) 9A. AMENDMENT OF SOLICITATION NO.
HQ ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN-07B20M WASHI NGTON DC 20555-0001
12 E NGI NEERING MEC HANICS CORPORATION OF CO LUMBUS A TT N GARY HA TTERY 9B. DATED /SEE ITEM 11) 3 518 RI VERSIDE DR I VE s UITE 202 C OLUMBUS OH 4 32211735 X 10A. MOD IFICATIO N O F CONTRACT/ORDER NO. 31310020D0003 3 1 3 1 0020F0 1 01 10B. DATED /SEE ITEM 13)
: 8. NAME AND ADDRESS OF CONTRACTOR (No.. street. county, State and ZIP Code)
 
NGINEERING MECHANICS E
CODE 01408316 1 FACILITY CODE 08/11/2020
A 3
: 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
s C
 
TTN GARY HATTERY 518 RI VERSIDE DRIVE UITE 202 OLUMBUS OH 432211735 CODE 014083161 CORPORATION OF COLUMBUS FACILITY CODE
The above numbered solicita tion Is amended as set forth in Item 14. The hour and date spec ified for rece ipt of Offers ~ is extend ed. is n ot e xtende d.
: 7. ADMINISTERED BY (lfother/han Item 6)
Offers must ack no w ledge rece ipt of this amendment prior to the hou r and d ate spec ified in the so licitation o r as ame n ded, by on e of the following methods: (a ) By c o mp le ting lle m s 8 a n d 15, a n d returning ____ cop ies of the ame n dmen t; (b) By acknow ledgin g rece ipt o r this a m endme nt on each copy o r the offer sub m itted; or <c ) By separate letter or electronic communication w hich includes a reference to the solicitation a nd a m endmen t numbe rs. FAILURE OF YOUR ACKN OWLEDGEMENT TO BE RECE IVED AT TH E PLACE DESIGNATED FOR THE RECEIP T O F OFFERS PR IOR TO THE HOUR AND DATE SPEC IFIED MAY RESU LT IN REJECTIO N OF YOUR OFFER. If by v irtue of this amendment you desire to cha n ge an offer a lread y subm itted, such cha n ge may be made b y le tter or e lec tro nic co mmuni c a tion, prov ided each letter o r e lec tronic co mmuni catio n makes reference to the so licitation a n d th is amendme n t. and is received prior to the open ing hour a n d date specified.
CODE I 12 9A. AMENDMENT OF SOLICITATION NO.
: 12. ACCOUNT INGANDAPPROPRIATION DATA(lfrequired) Net I ncrease : $130, 730. 35 2021-X0200-FEEBASED-60-60D001-60B l 07-103 2-11 1 54-251A-ll-6-154-1032
9B. DATED /SEE ITEM 11)
: 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCR IBED IN ITEM 14.
X 10A. MODIFICATION OF CONTRACT/ORDER NO.
 
31310020D0003 31310020F0101 10B. DATED /SEE ITEM 13) 08/11/2020
CHECK ONE A. THI S CHANG E ORDE R IS ISSUED PURSUANT TO: (Specify authority) T HE CHANGES SET FORTH IN ITEM 14 ARE MADE IN T HE CONTRAC T O RDER NO. IN ITEM 10A.
: 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-60-60D001-60Bl 07-1032-11-6-154-251A-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 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 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 MITATION OF FUNDS 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 Interim Technical Letter Report (TLR) updates in response to NRC staff review comments weekly and to revise t he due date for Task 1 Final TLR to September 10, 2021 ; (2) provide incremental 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 Contracti ng Officer ' s Representative (COR) to Matthew Homiack and 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 rom any and all l iabi l ity under this contract for furthe r equitable Continued...
Except as provid eel herein, all terms and conditions of the document referenced in Item 9 A or 1 0A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED (Signature of person authorized ro sign)
Previous edition unusable 16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print)
MONIQUE 8. WILLIAMS 16B. UNITED STATES OF AMERICA
~
-f\\,I ""-'"'I--~ I~
L.Jdua-1s1gnoturo of Contracting Officer) 16C. DATE SIGNED 08/30/2021 STANDARD FORM 30 (REV. 11/2016)
Prescribed by GSA FAR (48 CFR) 53.243


B. THE ABOVE NU MBERED CONTRACT/ORDER IS MODI FIED TO REFLECT THE ADM INISTRATIVE CHANGES (such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURS U AN T TO THE AUTHOR ITY OF FAR 43. 103(b ).
REFERENCE NO. OF DOCUMENT BEING CONTINUED CONTINUATION SHEET 31310020D0003/31310020F0101/P0000S NAME OF OFFEROR OR CONTRACTOR ENGI NEERI NG MECHANICS CORPORATION OF COLUMBUS ITEM NO.
 
(A )
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUT HOR ITY OF:
SUPPLIES/SERVICES
X 52. 243 - 2 C HANGES - COST - REIMBURSEMENT.- ALTERNATE I AND FAR 52. 232 - 22 L I MITA T ION OF FUNDS
( B) adjustments attributable to such factors or circumstances gi ving rise to the "Revi sed Statement of Work".
 
Total Obligated Amount : $835, 009. 38 (changed)
D. OTHER (Specify type of modification end authority/
Total Task Order Ceiling : $1, 913, 447. 00 (unchanged)
 
All other terms and condit ions of t he task order remain the same.
E. IMPORTANT: Contractor 7 is no t x1 is required to sign this docume n t and return ______ 1 __ cop ies to the issu ing o ffice.
Per iod of Performance : 09/29/2020 t o 09/30/2024 NSN 7540-01-152-8067 QUANTITY UNIT (C )
: 14. DESCRIPTION OF AMENDMENT/MOD IFICATIO N (Organized by UCF section headings, Including sol/citation/contract subject ma tter wh ere feasible.)
(D)
The purpose of t h is modification is to : (1) change the statement of work to require Tas k 1 I nteri m Techn ical Letter Report (TL R) updates in response to NRC staff review comme n ts wee kly and to revise t h e due date for Tas k 1 Final TL R to September 10, 2021 ; ( 2 ) provide increm e n ta l funding in the amount of $130, 730. 35, t he reby increasing t he to ta l 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 con tinua t i on pages f or specific cha ng es to the task order
UNIT PRICE (E )
 
OF AMOUNT (F)
Contractor ' s Stateme n t of Release In consideration of the modificatio n herein marked complete. The Contractor hereb y releases t he Govern men t f r om any and all l iab i l ity u nder this contract for furt he r e quitabl e Continued...
OPTIONAL FORM 336 (4-86)
 
Sponsored by GSA FAR /48 CFR\\ 53.110 23
Exce pt as prov id eel herein, a ll term s an d c o n ditions of the documen t referenced in Ite m 9 A o r 1 0A, as heretofo re chang ed, rema ins uncha n g ed an d in fu ll fo rce and effect.
15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND T ITLE OF CONTRACTING OFF ICER (Type or print)
MONIQUE 8. WI LLIAMS
 
15B. CONTRAC T OR/OFFEROR 15C. DATE SIGNE D 16B. U N ITED STAT ES OF AME RICA 16C. DATE SIGN ED
~ -f\\,I ""-'"'I--~ I~ L.Jdua- 08/30/2021 (Signature of person a ut horized ro sign) 1s1gno turo of Contracting Officer)
Previous ed ition un u sab le STANDARD FORM 30 (REV. 11/2016 )
Prescribed by GSA FAR (48 CFR ) 53.243 REFE RENCE NO. O F DOCUMENT BEING CONTI NU ED OF CONTINUATION SHEET 313 1 0020D0003/3 1 310020F0 1 01/P0000S 23
 
NAM E OF OFFEROR OR CONTRACTOR ENG I NEERI NG MECHANICS CORPORATI ON OF CO LUMBUS
 
IT EM NO. SU PPL IES/SERV ICES QUANT ITY U N IT U N IT PRICE AMOU NT
( A ) ( B ) ( C ) ( D) ( E ) (F) adjust me nt s attributable to suc h factors or circu msta n ces g i vi n g rise to the " Rev i sed Statement of Work ".
 
Total Ob li gated Amount : $835, 009. 38 (changed )
Total Task Order Ceiling : $1, 913, 447. 00 (u nc han g ed )
 
All o th er terms and co ndi t io n s o f t he task order remain the same.
 
Pe r iod of Perform an ce : 09/29/2020 t o 09/30/2024
 
NSN 7540-01-152-8067 OPTIO NAL FORM 336 (4 -86)
Sponso red by GSA FAR / 48 CFR\\ 53. 110 31310020D0003 /31310020F0101
 
Section B - Supplies or Services /Prices was revised as follows.
 
Summary of C lause Changes :
 
C lause titled CONSIDERAT I ON AND OBLIGATION - COST-PLUS-FIXED-FEE ALTERNATE I is incor porated as follows:
 
CONSIDERATION AND OBLIGATION-COST -PLUS -FIXED -FEE ALTERNATE I
 
(a) The tota l estimated cost to the Government for fu ll performance of this contract is
$1,9 13,447 of which the sum of $ 1,793,001 represents the estimated reimbu rsable costs, and of which $120,446 represents the fixed-fee.


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.
(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  
(c) The amount currently ob ligated 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.
$835,009.38, of which the sum of $780,500.38 represents the estimated reimbu rsab le 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.
(d) It is estimated that the amount current ly ob ligated will cover performance through 01/3 1/2022.
(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.
(e) This is an incrementally -funded contract and FAR 52.232-22 - "Limitation of Funds " applies.
Summary of Clause Changes:
 
Clause titled STATEMENT OF WORK is incorporated as follows:
(f) In accordance with FAR 52.216 -8 - Fixed Fee, it is the policy of the NRC to withhol d 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. According ly, the maximum amount of fixed-fee that may be held in reserve is $18,067.
 
Section C - Desc ription/Specifica tions was revised as follows.
 
Summary of C lause Changes :
 
C lause titled STATEMENT OF WORK is incor porated as follows:
 
STATEMENT OF WORK
STATEMENT OF WORK
: 1. EWC TASK ORDER TITLE
: 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  
Technical Support for Com p onent Integrity Assessments
: 2. BACKGROUND
 
The NRC's Offic e of Nuclear R eg ul atory R ese arch (RES) prov ides d ata, s tandard s, too ls, and method s to the NRC's re gul a tory offices to support their rev ie w s of material p erformance related licensing submittals and safe ty issues. The confirmatory re sea rch on materials performanc e focuses on both the development o f met hodologie s needed to s uppo1t reg ulatory actions and the work supportin g th e tec hnical bases for codes a nd standard s d eve lopment. A common theme in this work is a proacti ve approach to the management of age-related
 
Pag e 3 31310020D0003 /31310020F0101
 
degradation due to mechanisms such as fat ig ue and stress -corro s ion cracking. For examp le, to be tte r unde r s tand how nuclear pow e r plant components are infl uence d by the phenom enon of primary water s tre ss-cor ro s ion cracking (PWSCC), the NRC is focusing research efforts on contin ued development of a nal ysis methods and computat iona l too ls. The NRC also is assessing the impact s of PWSCC on the leak-before-break behavior of nuclear power plant piping systems.
 
C r iterion 4, "Environmental a nd Dynamic Effects Design Bases, " of Appendix A, "General Design C r iteria for Nuclear Power Plants," to Title 10 of the Code of Federal Regulations (10 CFR), Part 50, "Dom es tic Lic e n s in g of Production and U t ilization Faci lit ies, " s tates, in part, that the dynamic effects associated with postulated reactor coo lant sys tem pipe rupture s may be excluded from the design basis when analyses that the NRC has reviewed and approved demonstrate that the probability of fluid sys tem piping rupture is extremely low under condition s co ns iste nt with the de s ig n bas is fo r th e pipin g. Lice nsees typically hav e de mon s trated compliance with this prob abilis tic criterion throu gh deterministic and high ly conservative leak before-break analyses.
 
NUREG - 0800, "Standard Review Plan fo r the Review of Safety Ana lys is Report s fo r Nuclear Power Plants: LWR Edition," Section 3.6.3 [ l] provides guidance fo r th e NRC staff's r ev iew of licensee ana lyses s ubmitt e d in accordance with 10 CFR Part 50, Appendix A, Criterion 4.
NUREG-0800 Section 3.6.3 preclude s the assessment of piping syste m s with active degradation mechanisms. Howev e r, 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 assoc iated with postulat ed reactor coo lant sys tem pip e ruptur es from th e des ig n bas is. Giv e n advances in probabilistic methodologie s, t he NRC staff a nd indu stry co nclud ed that it was more appropriate to perform prob abilist ic analyses of postulated reactor coo lant system pipe ruptures to fully address and quantify uncertaintie s and directly demonstrate compliance with the probabili stic requ irements of 10 CFR Part 50, Appendix A, C rite ri on 4.
 
To d eve lop the capabi lity to p erform the necessary probabilistic analyses, RES worked in collaboration with the Electr ic Power Re searc h In stitute to develop a new computer code called "Extreme ly Low Probability of Rupture" (xLPR). xLPR is a state-of-the-art probabilistic fracture mechanics code fo r piping applicatio n s. Code development was a multi-year effort that built on the results of a succe ssful pilot study. The code was de signed, built, and tested under a rigorous software quality assurance program and provides regu lators, industry, researchers, and the public with new quantitative capab ili ties to analyze the risks associated with nuclear power plant piping syste m s s ubj ect to degradation mechanisms. Core capabi lit ies of the code incl ude modeling fatigue, stre ss-corro s ion cracking, inse rvice in spection, chem ical and mechanical mitigation, leak rates, and seismic effects.


As the in iti a l reg ulatory appl icat ion of xLPR Ve rs ion 2.0 (V2.0), RES ha s used the code to study the impacts of PWSC C in systems that have been gra nted p rior NRC leak-befor e-break approva l under 10 CFR Part 50, App endix A, Cri terion 4. These activities included sensitivity studies to identify which model s, s ub -mode ls, and type s of input variabl es co ntribut e mo st s ign ificant ly to uncertainty in t he res ults from the code. RES a lso used xLPR V2.0 to re-eva luate previou s leak before-break analyses for a s ub set of the current fleet of plants. The re -evaluations considered
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 Facilities," 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 capabilities 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 also 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


Pag e 4 31310020D0003 /31310020F0101
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 guidance 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 validity of the code's results, and (d) leverages expertise of the users as they identify code deficiencies and errors and propose fixes. Public distribution 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


the impacts of PWSCC, fatigue, inservice ins pection, and mitigation to determine the trend in rupture frequencies and other metrics. With the completion of these activities, RES needs to comp lete re-evaluations of previou s of leak-before-break analyses for the remaining plant s in the fleet. In addition, RES needs to co n side r the res ults and assess cmrent leak-befo re-b rea k r egu la tions and gu idance and, if app licable, make recommendation s for enhancement.
==References:==
 
[l] NUREG-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
Beyond leak-befo re-break studies, the xLPR code support s bro ader NRC efforts to further the use of prob ab ilistic fract ure mechanics analyse s using state-of-the-a r t computational tools. To thi s e nd, RES ha s beg un publicly di s tributing t he xLPR code with th e goal of es tabli s hing a user gr oup. Public avai labi li ty of xLPR V2. l was announced in [2] and detail s about th e code have been presented in various NRC public meetings [3] and [4]. Public distribution and user group participation benefit s the NRC in several re spect s. For example, the broader user base : (a) exe rcises the code mor e t horo ug hly than wo uld be possib le if use were limit ed to on ly NRC a pplication s, (b) increases confide nce in the code's capabi lity to accurately model individual phenomena and system behavior over the required range of conditions, ( c) reduces th e level of effort required by RES to e ns ure the val idity of the code's resu lts, and (d) leverages expe rtise of the u ser s as they identify code deficiencie s and erro rs and propo se fixe s. Public di stribution is further expected to increase use of the xLPR code to support licensing actions and codes and sta ndard s d evelo pm ent, and R ES needs to maint ain the necessa r y capabilities to support the re lated regulatory review s. In concert w ith these activ iti es, support for continued mainten a nce and development of the xLPR code is necessary to ensure its long-term usability.
[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
List of R efer en ces:
[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
 
[l] N UREG-0800, "Standard Review Plan for the Review of Safe ty Ana lysis Reports for Nuclear Power Plant s: LWR Edition," Section 3.6.3, "Leak-Before-Break Eval uation Procedure s," Revi s ion 1, March 2007, NRC Agency wide Document s Access and Management Syste m (ADAMS) Accession No. ML063600396
 
[2] Extreme ly Low Probability of Rupture (xLPR) Probabili s tic Fracture Mechanic s Code Versio n 2.1 Public Release Anno unceme nt, NRC ADAMS Accession No. ML20157Al20
 
[3] Summary of th e April 23, 2020, RES Category 3 Public Meet ing with EPRI and Stake hold ers to Discuss Pu blic Release of the xL PR Pro bab ili stic Fracture Mechanics Code,
NRC ADAMS Accession No. ML20142A303
 
[4] Summary of the June 3, 2020, RES Category 3 Public Meeting with E PRI and Stakeholders to Discuss Models in the xLPR Prob abilistic Fracture Mechanics Code, NRC ADAMS Accession No. ML20 l 82A086
: 3. OBJECTJVE(S)
: 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


The object ive of thi s task orde r is to obtain exp ert technical assistance se rvic es from t h e Co n tracto r to s upport component int egrity assessments. Suppo 1t is needed in areas s uch as the application, maintenance, and development of computational tools and methodologies for
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."
Pa ge 5 31310020D0003 /31310020F0101
: 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 fleet 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.
perfonning compone nt integrity asse ssment s. Support is al so needed to analyze emerging iss ue s and eva luate and develop codes and s tandard s and other asp ects of NRC ' s r egulato ry fra m ework rel ated to component integrity.
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.
This req u irement falls under Tec hnic a l Support Service Area (TSSA) 3.4, ent itled "Component Integ rity and M a te ri als Pe rfor m anc e."
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.
: 4. STATEMENT OF WORK TASKS
C.
 
The Contractor shall determine and develop the inputs necessary to perform each of the analyses. Sources for inputs could 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.
Task 1: Generalization Study
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.
The Contractor shall use th e xLPR code to s tudy the impacts of PWSCC for th e en tire fl ee t of U.S. press uri ze d -wate r reactors (PWR s) to d etermin e whet he r a ny c hanges ar e needed to cur re nt regulatory requirements and guidance related to leak-before-break. The use of other comp utation al too ls may b e n eeded to devel op input s fo r o r otherw ise s upport the analyses p e rform ed us in g th e xLPR code. Spec ifi c ac ti v ities include, but are no t limited to, th e foll ow in g:
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.
A. The Contracto r shall rev iew and categori ze all PWR p iping syste ms previously ap pro ved for leak-before break. The goa l of this r ev iew and ca tegor iza tion is to r ed uce, to th e exten t practic a l, the number of analyses that wi ll need to be pe rform ed.
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)
B. The Contra ctor shall define th e sp ecific analy ses n ecessa r y to bound each category of piping sys te m. Factors p rese nt in th e PWR fl ee t, su c h as PWSC C miti gat io n tec hniqu es and in se rvice insp ect ion, s hall be con s idered. Definition of the ana lyses may be an iterati ve proce ss, and the results from prior studies should be u sed to inform this effort.
Page 6  
 
C. T he Contractor s hall determine and deve lop t he input s necessar y to perform eac h of the analy ses. Sources for input s cou ld inc lude the open literature, xLPR-related documentation,
prior s tudies and ana lyses, and doc ke ted corresp ond ence ava ilable from both interna l and external NRC ADAMS. The Contractor may also need to p erform finite e leme nt analyses to develop weld re s idu a l stre ss profile input s. The Cont ractor shall promptly comm unicate any input gaps that it cannot fill to the C OR.
 
D. The Contractor s hall execute the analyses u s ing the xLPR code. The C ontractor sh all compare the re s ults of these analyses against acceptance criteria identified by t he C OR.
 
E. Based on th e res ults of th e a na lyses, the C ontr acto r s hall prepar e a n assessment of curre nt regulatory requirements and guidance related to leak-before-break. Recommendations for en hancing these regulation s and guidance sh all be provid e d as a ppropriate.
 
Task 1 Comp letion Date: The task sha ll b e completed b y September 10, 2021.
 
Task 1 Anticipated Travel: One trip for up to 3 Con tac to r p e rso nnel of up to 3 days dusati o n to NRC Headquarter s fro m the Contractor's office(s). (Tot a l o f I Trip )
 
Pa ge 6 31310020D0003 /31310020F0101
 
Task 1 Deliverables: The Co ntractor s hall prepare an Analysis Plan for comp letion of thi s task.
The Analysis Plan sh all, at minimum, includ e the categories of pipin g systems, analyses that will be p erfo rmed to bound eac h catego ry, completion sch edul e an d status of each ana lysis, and any potential input gap s. The Contractor sha ll s ubm it the Initial Ana lysi s P lan to the COR no later than 30 day s afte r award of the task order. Thereafter, t he Contractor shall ma intain and update th e Ana ly sis Plan as needed until the task is complete. The Analysis Pl an Updates shall b e provided to th e COR biweekly unti l the analyses are complete and incorporate any comments provided by the COR.
 
The Co ntractor shall submit informat ion (e.g., code input and output files) from the analyses executed per the Analysis Plan (as updated) as they are completed.
 
In addit ion, the Co ntracto r s hall prepare a Technica l Lette r Report (TLR) cove ring a ll work performed under thi s task. The Contractor shall pre pare the TLR in parallel with perfo rming the analyses executed p e r the Analysis Plan (as upd ated). In-pro gress drafts of th e TLR shall b e s ubmitt ed to th e C OR monthly. The in-progress TLR drafts sha ll incorporate any comme nts provid ed by the COR on th e prev ious sub mi ss ion. The Contracto r s hall co mplet e th e TLR afte r executing all the analyses in the Analysis Plan (as updated). The Contractor's completed TLR sha ll be submi tt ed by March O 1, 2 021.
 
Thereafter, the Contractor s hall support the NRC staff s review of the TLR. The review will be completed in several s tages and may t ake up 5 months to com plete. The COR w ill comm unicat e co mm e nts ge ne ra ted as a resu lt of this rev iew process to th e Contractor. The Co ntracto r s ha ll address a ll comments and pre pare interim updat es to the TLR as nece ssary. 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 pro cess through September 10, 2021. The Contractor s h a ll fina li ze a nd s ubmit the TLR in a form ready for N R C 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 technica l assistance to suppo rt xLPR cod e maintenance and development need s. Main te nance activities include, but are not limited to:
developing modifi cat ions to cod e-re lated product s, such as the so urce and exec uta ble cod e, use r manual, dat a libraries, co nfi gu ration control do cuments, and othe r refere n ce files an d docu m e nt s,
to correct identified problems, improve performance or maintainability, keep the prod ucts usable in a changed or c hanging environment, and detect and correct late nt faults. Maintenance ac tiviti es a lso includ e, but a re not limit ed to: (a) co nfigurat ion management, (b) document ing, trackin g, and proces s in g maintenance reque s ts, ( d) performin g te s ting necessary to ensure proper functionality o f the code following maintenance-related changes, and ( e) electronic storage of files. Deve lopment act iviti es inc lude modifications that s ig nificantly exp an d th e funct ional capab ilities 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 ad dition, a ll Co ntra c tor personnel in vo lve d in maintaining or developing the xLPR code s hall receive training as specified in the xLPR Softwa re Maintenance Plan and participate in any other supplem ental training as directed by the COR. The Contrac tor shall coordinate its maintenance and development activ it ies with other code maintainers as directed b y the COR. It also may be necessary or advantageous for the Contractor to prepare, deliver, and maintain e lectronic sys tem s to s upport the effective and efficie nt performance of the maintenance and development act iv ities. Suc h syste m s sha ll be implemented as approved by the CO R.
 
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 includ es support for the NRC staff, gen era l a na ly s is and technical s upport, a nd suppo rt to build the commun ity of public xLPR code use rs.
 
Upon request, the Contractor shall assist users from th e N R C staff with proper use of the code.
Support may include, but is not limi ted to, areas suc h as:
assist in g with code in stallat ion preparing, optimizing, and trouble s hooting iss ues with input s investigating, interpreting, and resolving code erro r s and warnings extract in g, agg regat ing, a nd interpretin g results respond in g to questions about operation of the code and the model s contained therein
 
The Contrac tor sha ll respond to all NRC staff user support requests within 2 bus iness days.
Supp01t s ha ll be provided v ia phone, ema il, o r both as appropriate to fac ilitate the most expeditious resolution. When the total time requi red to respond to a requ est is anticipa ted to or exceeds 3 hours, the Contractor sha ll notify the COR. Thereafter, any further technica l ass istance rel ated to the request sha ll be limit ed to the time aut hor ized by th e COR.
 
In addition, as directed by the COR, the contractor s hall provide general analysis and technical s upp ort, includin g but not limit ed to:
developin g input s performing analyses u si ng the code and analyz ing and interpreting the results co ndu ctin g sens itivit y stud ies and other stati stical ana ly ses inv es ti gat in g and impl eme nting custom changes to the cod e to accommodate analysis needs assisting with resolution of tec hnical review co mm e nts on documents developing a nd delivering trainin g prov iding support for resolution of emergent issues
 
The Contrac tor sha ll a lso assist with act iviti es to s upport and build the commu nity of public users of the code. Th is will primarily includ e support for holdin g up to 3 meetin gs or workshops per year. These events will generally serve as a venue for sharing information about the code


Page 8 31310020D0003 /31310020F0101
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 Analysis 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 submission. 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 O 1, 2021.
Thereafter, the Contractor shall support the NRC staffs 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 result of this review process to the Contractor. The Contractor shall address all comments and prepare 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 finalize 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 also 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 include modifications that significantly expand the functional capabilities of the xLPR code.
Page 7


and to provide a means fo r code users to interface with each other. Contractor s upport cou ld includ e, but is not limit ed to, pre p aring and delivering guidance and training, conducting stud ies perta ining to th e code a nd p rese nting the result s, and other e ngagement activ it ies, The eve n ts m ay be he ld e ith e r in-pe r son or vi,tu a ll y; however, on ly one event pe r yea r may be he ld in person.
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.
Task 2 Comp letion Date: Exp iration date of the Task O r der.
Upon request, the Contractor shall assist users from the NRC staff with proper use of the code.
 
Support may include, but is not limited to, areas such as:
Task 2 Anticipated Trave l: One trip per year for up to 2 Contacto r personnel of up to 3 day s durat ion to locations at d istance s s im ilar to NRC Headquarters from the Co ntractor' s office(s)
assisting with code installation preparing, optimizing, and troubleshooting issues with inputs investigating, interpreting, and resolving code errors and warnings extracting, aggregating, and interpreting results responding to questions about operation of the code and the models contained therein The Contractor shall respond to all NRC staff user support requests within 2 business days.
(Total of 4 Trips )
Supp01t shall 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:
Task 2 D e li verab les: Task 2a de li verables a re as r equi red! by t he xLPR Software Mai ntena nce Plan dependin g on th e sco p e of th e pa1ticu lar ma intenance act ivities assigned by the COR.
needs developing inputs performing analyses using 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 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
 
Task 2b de li vera bl es a re the draft materials presented at th e user gro up meetings, w hi c h sha ll be s ubmitt ed no late r than 15 days befo re the meetin g is sc he duled to be he ld. The Co ntracto r shall in corporate any comments on th e draft prese ntation ma teria ls from th e COR. Th e contractor sha ll provide the final presentation materials no later than 5 days before the meeting is sched ul ed to be he ld.
 
Tas k 3: Codes and Standards Tec hnical S upport
 
This task req ui res the co ntractor to pa rti c ipate in Ame ri can Society of Mechanica l Engineers (ASME) Boi le r and Pressure Vessel (B&PV) Code committees within Section X I, Sec t ion Ill,
and other appropriate code grou p s, as instructed by the COR. Some of the issues of importance prese nted a t the comm ittee meetin gs pe rta in to ag in g effects a nd component integr ity iss ue s. In add it ion, it is anticipated t hat new development s a nd res u lts o btained us in g the xLPR code (e.g.,
new code cases) will be introdu ced to th e ASME B&PV comm ittees. Technical sup p ort is needed so th a t the NRC staff may adequate ly und ers tand the technical and regulatory issues assoc iated wit h related code action s so th at it may vo te a p prop ri a tely. Accordingly, th e Contracto r s hall pre pare fo r, atte nd, and pre pare a s ummary o f th e topics, di scu ssions, and any presentations given at the regular ASME B&PV code meetings. As directed by the COR, the Co n tracto r s ha ll a lso provide support outside of the regular code meet in gs. Thi s may include ass isting the NRC staff w ith prepar in g its own code actions or with rev iew in g code cases o r othe r propo sed code act ions.


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 Deliverables: Task 2a deliverables are as required! by the xLPR Software Maintenance Plan depending on the scope of the pa1ticular maintenance activities assigned by the COR.
Task 2b deliverables 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 held. 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 held.
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 with 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 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 Deliverables: 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


Task 3 Anticipated Trave l: Four tri ps pe r year for up to 2 Contac to r pe rsonnel of up to 3 days dura tion to locations at di stance s s imilar to N R C Headqu a rter s from the Contractor's office(s)
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.
(To tal of 4 Trips)
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:
Task 3 D e liver ab les: Fo r a ny Co ntractor prese ntat ions g iven at the ASME B&PV Code meetings, the draft presentat i on materials shall be submitted no later than 2 weeks before each
I.
 
Benchmarking studies.
P age 9 31310020D0003/31310020F0101
II.
 
Providing training to NRC staff on component integrity topics.
meeting. The final presentation materials incorporating any comments from the COR s hall be submitted no later than 1 week before each meeting. The Contractor shall prepare and submit a letter report summari zi ng the meeting minute s and the prese ntations made at the ASME meet in gs no late r than 2 weeks after eac h meeting.
III.
 
Support for emerging needs on component integrity issues.
Task 4: A d-Hoc Technical Support The Contractor shall provide ad-hoc technical assistance to the NRC as directed by the COR.
TV.
Th is technical assistance may include, but is not limited to, the fo llowing topics:
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.
I. Benchmarking s tudies.
Confirmatory analyses on an as-needed basis.
II. Providing training to NRC staff on component integrity topics.
VI.
III. Support for emerging ne eds on component integrity issues.
Emergency needs for rapid assistance on piping related technical issues as they arise.
TV. Seve re acc ide nt considerations on piping iss ues. Seve re acc idents, suc h as se ismi c damage or high temperature fau lted conditions may occur that require help from the contractor to investigate.
VIL Testing to enhance computational tool models and databases. This may include:
V. Confirmatory ana lyses on an as-needed basis.
: a.
VI. E me rge ncy need s fo r rapid assistance on piping re lated tec hni cal iss ue s as they ari se.
material testing, such as fracture testing, cydic testing for mixed hardening WRS fields, creep test update for post-weld heat treatment improvements
VIL Testing to enhance computationa l too l models and databases. This may include:
: b.
: a. materia l testing, such as fracture testing, cydic testing for mixed hardening WRS fields, creep test update for post-we ld heat treatment imp rovements
leakage rate testing Task 4 Completion Date: Expiration date of the Task Order.
: b. leakage rate testing
 
Task 4 Comp letion Date: Expiratio n date of the Task Order.
 
Task 4 Anticipated Travel: None.
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


Task 4 Deliverables: For eac h technical ass istance request from the COR, the contractor shall prepare and subm it a Draft TLR covering all work performed no later than 30 days of complet ion of th e work. Each Draft TLR shall summarize the effo rts comp le ted, propose conclusions, and identify recommendations for any issue s identified. If the contractor perform s material testing, th e Draft TLR sha ll also include thorough descriptions of any material te sting performed under this task, including test procedures and matrices, and a ll test results. The contractor shall also provid e any te st 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 F inal TLR no later than 30 days after t he receipt of comments from t he COR.
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.
: 5. APPLICABLE DOCUMENTS AND STANDARDS
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 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 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.
T he fo llo wing documents and standards are applicable to the Task Order:
The Contractor shall develop, maintain, and control data, files, information, and deliverables pursuant to this Task Order.
ASME BPV Code, Sections III and X I xLPR Software Maintenance Plan
DELIVERABLE/MILESTONE SCHEDULE Task No.
: 6. DELIVERABLES /MIL ESTONE SCHEDULE AND REPORTING REQUIREMENTS
Description Due Date 1 Initial Analysis Plan 30 days after award of the task order 1 Analysis Plan Updates Biweekly until the Contractor completes all the analyses 1 Analysis information (e.g., code input Submitted as the analyses are and output files) completed 1 In-progress TLR drafts Submitted monthly 1 Completed TLR March 01, 2021 1 Interim TLR updates in response to Submitted weekly during the review 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.
 
2b Draft xLPR User Group presentation No later than 15 days before the materials meeting is scheduled to be held 2b Final xLPR User Group presentation No later than 5 days before the meeting Page 11
The contractor shall provide the deliverables stated in the table below in electronic format unless


Pag e 10 31310020D0003 /31310020F0101
31310020D0003/31310020F0101 materials incorporating any comments is scheduled to be held from the COR 3 Draft ASME B&PV Code meeting No later than 2 weeks before each presentation materials meeting Final ASME B&PV Code meeting No later than I week before each 3
 
presentation materials incorporating any meeting comments from the COR Letter report summarizing the topics, 3 discussions, and any presentations No later than 2 weeks after each of the 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
otherwise directed by the COR. The e lec tronic format sha ll be provided using a Microsoft-based product, (e.g., Outlook, Word, Excel, PowerPoint) unless the COR and th e contractor specifically agree on anot her format. A ll deliverable s, with the except ion of the Mo nthl y Letter Statu s Report (MLSR) s hall be in the format of draft version, revision ve rs ion with r ed line/strikeout with a change-control appendix, and a revi sed version which shall become the fina l version. The contractor s hall maintain appropriate version control in an electronic format.
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.
The contractor sh all exp licit ly state in its submitta l(s) that the product provided is the de li verable for Task/Subtask XX, as fu1the r described below.
 
The Con tractor shall submit the fo llowing deliverables to the Task Order COR. U nl ess otherwise directed by the COR or the Contracting Officer (CO), the Con tractor must provide a ll deli verab les exce pt the MLSR as draft product s. The COR will review all draft deliverable s (and coordinate any inte rnal NRC staff rev iew, if needed) a nd prov ide com m ents back to the contractor. The Contractor sh a ll 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 F ina l Version. Whe n mutua1ly -ag reed upon between the Contractor a nd the COR, th e Contractor may submit p re limin ary o r p a rt ia l draft s to help ga uge the Contracto r 's under sta nding of t he particular work requirement. More than one round of drafts may be needed if the Contractor does not s uccess fully incorporate the COR's commen ts on the previou s dra ft.
 
The Contractor sh all develop, maintain, and co ntro l data, fil es, informat ion, and deliverables pur suant to thi s Task Order.
 
DELIVERABLE /MILESTONE SCHEDULE
 
Task No. Description Due Date 1 Initial Analy s is Plan 30 days after award of the ta sk order 1 A nalys is Plan Updates Biweekly until the Contractor comp letes a ll the a nalyses
 
1 Analysis information (e.g., code input Subm itted as the ana lyses are a nd output file s ) comp leted
 
1 In-progr ess TLR drafts Subm itted monthly 1 Comp leted TLR March 01, 2021
 
1 Interim TLR upd ates in re spon se to Su bmitt ed week ly during the review NRC staff revi ew comments process through September 10, 2021 1 Final TLR September 10, 202 1 Deliverables are as requ ired by the xLPR Software Maint e nance Plan 2a dep e nding on th e scop e of th e parti c ular As d irec ted by th e COR maintenance activ ities assigned by the COR.
 
2b Draft xLPR Use r Group presentation No later than 15 day s before the material s meeting is scheduled to be held 2b Final xL PR User Group presentation No later than 5 days before the meeting
 
Pag e 11 31310020D0003 /31310020F0101
 
materia ls incorporating any comments is scheduled to be held from the COR
 
3 Draft ASME B&PV Code meeting No la te r than 2 weeks before eac h presentation materials meeting
 
Final ASME B&PV Code meeting No la te r than I week befo re eac h 3 presentation materials incorporating a ny meeting co mm e nt s from the COR Lett er report s ummar izing the top ics, 3 disc ussion s, and any presentations No later than 2 weeks after each of the given at the ASME B&PV code meetings meetin gs Draft TLR covering all work performed in re sponse to each techni cal assistance Duration for suppor t in response to request from th e C OR. Each dr aft TLR each techn ical ass ista nc e request is to 4 shall summarize the efforts comp leted, be agreed-upon with the COR. Draft propose conclusions, and identify TLRs are due no later than 3 0 day s recommendations for any issues after of co mpl etion of the work.
identified.
identified.
30 day s after contractor rece i pt of C OR 4 Final TLR incorporating any comments comments. If applicable, r ev is ion s are from the COR. due 30 days after COR request for a..
30 days after contractor receipt of COR 4
rev1s1on.
Final TLR incorporating any comments comments. If applicable, revisions are from the COR.
MLSR s of the IDIQ contract. The MLSRs shall includ e detailed s ummary 20th calendar day of the fo llowing A ll of th e work effo rt catTied out a nd the labo r hour s expended on each labor month category for th e tas ks.
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 All of the work effort catTied out and the labor hours expended on each labor month 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


The contractor shall subm it the raw and processed data and worksheet and/or input file s u sed in analyses with the Draft TLRs, upon request by the COR and with the Final TLRs, in a tabulated Exce l format or other format as directed by t he COR.
Project Manager (PM) 31310020D0003/31310020F0101 l)B.S. in Engineering, Science, or similar technical
: 7. REQUIRE D LABOR CA T EGORIES
: field, 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
* 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


Labor Catego r y Mi n im um Q u a lificat ion Req u irement
Subject Matter Expert (SME) 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 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 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 14


Page 12 31310020D0003 /31310020F0101
31310020D0003/31310020F0101 l.Ph.D. in Engineering, Science or similar technical
 
: field, IAnd, 2.Minimum combined 10 years' experience covering all
l)B.S. in Engineering, Science, or similar technical fie ld,
~he following key technical areas:
A nd,
* Expertise in probabilistic fracture mechanics computer code maintenance, development, and applications
2)Minimum 10 years of regulatory research project manag eme nt and oversight experience
* 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
Education and Skill sets that are not Required, but Des ired for thi s Task Order Requirem e nt:
/
* M. S. in Enginee ring, Science, or simil ar technical field, or equ iva lent re searc h and /or academic experience
1
* Demon strated expe ri ence in working with/ ma nag in g iwith NRC regulatory re searc h projects Project Manager (PM)
/
* Demonstrated expe r ience in materials science research
h/
* Demon strated experience managing compute r code maintenance and development act ivi t ies
.c:
* Knowledge of piping fracture issues in light-water treactor nuclear powerplant s
d h
* Knowledge of NRC regulation s and guidance as t hey pertain to leak -before-br eak
l) 1nrc regu atory researc sa1etyco es. tm
* Knowledge of nuclear power plant component integrity
* Expertise performing sensitivity analyses, sensitivity studies, stability analyses, uncertainty analyses, and other statistical analyses
~ssues, such as corrosion, fatigue, s tress-corrosion crack in g, thermal and mechanical loadings and resulting stresses
* Detailed knowledge of piping fracture issues in light-water reactor nuclear powerplants
* Knowledge of American Society of Mechanical Engineers (ASME) codes and standard s pettinent to nuclear powerplant design and inservice inspection
*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
Pag e 13 31310020D0003 /31310020F0101
* Detailed knowledge of ASME codes and standards pertinent to nuclear power plant design and inservice inspection Page 15


1.Ph.D. in E ng ineering, Science, or s imilar technical field, And, 2.Minimum comb in e d 20 years' experience covering all the following key technical areas:
Technical Reviewer 31310020D0003/31310020F0101 l.M.S. in Engineering, Science or similar technical
* Expertise in probab ili stic fracture mechanic s computer code maintenance, development, and applications
: field, IAnd, 2.Minimum combine 10 years' experience covering all of the following key technical areas:
* Expertise in the use of finite element methods with s pecialized knowledge of user defined s ubroutines us ing the ABAQUS computer code (https://www.3ds.com/products services /s imuli a/produ cts/ab aqu s/)
* Detail e d knowl e dge of probabili s ti c ri sk assessment Subject Matter Ex pe rt (SME) methods
* Expert ise performing sensitivity analyses, sens itivity studie s, stability analyses, uncertainty analyses, and othe r s tati stical ana lyses
* Detailed knowledge of pip ing fracture iss ue s in light wate r reactor nuclear power plants
* Detail e d knowl e dge ofNRC regulatio ns and gu idance as t hey pertain to leak-befo re-br eak
* Detailed knowledge of nuclear power plant component integrity issue s, s uch as corrosion, fatigue, stress co r rosio n crack ing, thermal and mechanical loading s and result in g stresses Detai led knowledge of ASME codes and s tandard s pertinent to nuclear power plant des ign and inservice inspection
 
Pag e 14 31310020D0003 /31310020F0101
 
l.Ph.D. in Engineering, Science or s imil ar techn ica l fie ld,
IAnd,
2.Minimum combined 10 years' exp erience covering all
~h e followi ng key technical areas:
* Expertise in probabilistic fracture mechanics computer code maintenance, development, and applications
* Expertise in probabilistic fracture mechanics computer code maintenance, development, and applications
* Expertise in th e u se of the GoldS im (http://www /go ldsim.com ) Monte Car lo sim ul ation software
* 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/simu1ia/products/abaqus/)
* Expertise in the deve lopment and u se of the Extremely Low Probability of Rupture (xLPR) probabili s tic fracture mechanics code, Ve r s io n 2.0 or later Se n10r Techmcal Reviewer /... (https:/Resear c he r / 1 / h/.c: d h l) /www.nrc.gov/about-1nrc regu atory researc sa1etyco es. tm
* Expertise in the use of the GoldSim (http://www/goldsim.com)Monte Carlo simulationsoftware
* Expe rt ise pe rfo rmin g sens iti v ity analyses, se nsitivity studies, stabi li ty analyses, un cer tain ty analyses, and other s tatistical ana lyses
* 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)
* Detailed knowl e dge of piping fracture issues in light water reactor nuclear powerplants
* Knowledge of piping fracture issues in light-water ireactor nuclear power plants
* Detailed knowledge ofNRC regulations and gu idance as they pertain to leak-before-br eak
* Knowledge of NRC regulations and guidance as they pertain to leak-before-break
* Detailed knowledge of nuclear power plant compo n ent integ rity iss ue s, s uc h as corros ion, fatigue, stress corrosion cracking, the rm al and mechanical loadings and re su lting stre sses
* 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
* Detailed knowledge of ASME codes and standards pertinent to n uclear power plant des ign a nd inse rvice in s pec tion
: 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 and maintenance of the xLPR code, as needed for this project per the CO R's determination.
Page 16


Pag e 15 31310020D0003 /31310020F0101
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 facility 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 Various Rockville, TBD 2
Up to 3 NRC MD Task Planning or 1
Rockville, TBD 3
Up to 3 Results Presentation MD xLPRCode Maintenance, 2
TBD TBD 3
Up to 2 Development 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 Various Rockville, TBD 2
Up to 3 NRC MD xLPR Code 2
TBD TBD 3
Up to 2 Maintenance, Page 17


l.M.S. in Engineering, Science or sim ilar technical fie ld,
31310020D0003/31310020F0101 Development and Support ASME B&PV Code 3
IAnd,
TBD 11/2021 3
2.Minimum combine 10 yea r s' experience covering a ll of the following key te c hnical areas:
Up to 2 Meeting ASME B&PV Code 3
* Expertise in probabili stic fracture mechanic s computer code maintenance, development, and applicat i ons
TBD 02/2022 3
* Ex pert ise in th e u se of finite e le m e nt methods with s peci a li zed knowl ed ge o f use r defined s ubroutin es us ing the ABAQUS compu ter code (https: //www.3ds.com /product s se rvices /simu1ia/produ c ts/abaqu s/)
Up to 2 Meeting ASME B&PV Code 3
* Expe rt ise in the u se of t he GoldS im (http: //www /goldsim.com ) Monte C arlo Tec hnical R eviewer s imul a tion software
TBD 05/2022 3
* Ex perti se in the deve lopm e nt and use of the Ex tremely Low Probability of Rupture (xLPR) probabilistic frac ture mechan i cs code,Ye r sion 2.0 or later (https: //www.nrc.gov /about nrc /reg ulat ory /re search /safetycodes.html)
Up to 2 Meeting ASME B&PV Code 3
* Knowledge of piping fracture iss ue s in light-wate r ireactor nuc lear power plants
TBD 08/2022 3
* Knowled ge of NRC regulation s and guidance as th ey pertain to leak-before-break
Up to 2 Meeting Months 25-36 Program Review at Various Rockville, TBD 2
* Know ledge of nuclear pow er plant co mpon ent integrity issues, such as corrosion, fatigue, st ress-co rro s ion cracking, th erma l and mechanical loadings and resulting stre sses Knowl ed ge of ASME codes and standard s pertinent to 111uclear power pl ant design and inservice inspection
Up to 3 NRC MD xLPR Code Maintenance, 2
: 8. GOVERNMENT -FURNISHED PROPERTY
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 Various Rockville, 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


The NRC s hall furni s h to the following propert y for the performance of thi s task orde r:
31310020D0003/31310020F0101 I Meeting Travel 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 circumstances 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 equivalent 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-services/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


Acce ss to all re sult s from prev iou s NRC task orders, as needed for this p roj ec t p er the COR's determination, inc lu d ing all p ast data, analyse s, and report s.
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 resulting 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:
Acce ss to NRC 's internal ADAMS s hall be provided to the Contractor's per sonnel for the sea r c h and retrieva l of propri e ta ry inform a tion.
Finite element analysis capabilities with specialized user-defined subroutines using the ABAQUS commercial off-the-shelf software.
Access to EPR J techn ical report s and dat a obtaine d through app li cable NRC-E PRJ Memoranda of Unde rst andin g, as needed for thi s project per the COR's determination.
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.
Access to xLPR so urce and exec utable code, user manual, data librarie s, co nfigura t ion contro l docum e n ts, and other r efer e nce fil es a nd docu ments pertin ent to development a nd maintenance of the xLPR code, as needed for this project p er the CO R 's determination.
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


Pag e 16 31310020D0003 /31310020F0101
31310020D0003/31310020F0101 Section H - Special Contract Requirements was revised as follows.
: 9. PERIOD OF PERFORMANCE
Summary of Clause Changes:
 
Clause 2052.215-71 is incorporated as follows:
Refer to Section F.2 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE
2052.215-71 CONTRACTING OFFICER REPRESENTATIVE AUTHORITY. (OCT 1999)
: 10. PLACE OF PERFORMANCE
(a) The contracting officer's authorized representative (hereinafter referred to as the COR) for this contract is:
 
Name:
The work to be performed und er this task order shall be performed at the C ontractor 's faci lity exce pt for th e trave l desc ribe d in Section 11. 1 of thi s state m e nt of work.
Matthew Homiack Address:
: 11. SPECIAL CONSIDERATIONS
U.S. Nuclear Regulatory Commission Office of Nuclear Regulatory Research Washington, DC 20555 Phone:
 
301-415-2427 E-mail:
11.1 TRAVEL/MEETINGS
Matthew. Homiack@nrc.gov Alternate COR:
 
Name:
The fo llowing trave l
Bruce Lin Address:
* may occur und er thi s Task Orde r:
U.S. Nuclear Regulatory Commission Office of Nuclear Regulatory Research Washington, DC 20555 Phone:
* Atte nda nce at m eetin g may be in per so n o r virtually, as a pproved by t he COR.
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:
Travel Description Task(s) Location Date Days Attendees Month s 1 -12 Pro gr am R ev iew at Various Ro ckvill e, TBD 2 Up to 3 NRC MD T ask Plann in g or 1 Rockville, TBD 3 Up to 3 Re sults Pre sentation MD xLPRCode M ai nte nan ce, 2 TBD TBD 3 Up to 2 Deve lopment and Support ASME B&PV Code 3 TBD 11/2 02 0 3 Up to 2 Meeting ASME B&PV Cod e 3 TBD 02 /2021 3 Up to 2 M ee tin g ASME B&PV Code 3 TBD 0 5 /202 1 3 Up to 2 Meeting ASME B&PV Code 3 TBD 0 8/2021 3 Up to 2 Me e tin g M onth s 13 -24 Progra m R ev iew at Vario us R ockv ille, TBD 2 Up to 3 NRC MD xLPR Code 2 TBD TBD 3 Up to 2 Maintenance,
(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.
Pag e 17 31310020D0003 /31310020F0101
(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  
Development and Support ASME B&PV Code 3 TBD 11/202 1 3 Up to 2 Meet in g ASME B&PV Cod e 3 TBD 0 2 /2022 3 Up to 2 Meetin g ASME B&PV Code 3 TBD 05 /2022 3 Up to 2 Meeting AS M E B&PV Cod e 3 TBD 08 /2022 3 Up to 2 Meeting Month s 25 -3 6 Program Rev ie w at Var ious R ockville, TBD 2 Up to 3 NRC MD xLPR Cod e M a inte nance, 2 TBD TBD 3 Up to 2 Development and Suppo rt ASME B&PV Code 3 TBD 11/2 022 3 Up to 2 M eet ing ASME B&PV Cod e 3 TBD 02 /2023 3 Up to 2 Meetin g ASME B&PV Code 3 TBD 0 5 /2 023 3 Up to 2 M ee tin g ASME B&PV Cod e 3 TBD 08 /2 023 3 Up to 2 Meeting Mont hs 3 7-4 8 P rogra m Rev iew at Various Rock ville, TBD 2 Up to 3 NRC MD xLPRCode M ai nte nan ce, 2 TBD TBD 3 Up to 2 Deve lopme nt and Support ASME B&PV Cod e 3 T BD 11/2 023 3 Up to 2 Meeting AS M E B&PV Cod e 3 TBD 02 /2024 3 Up to 2 M ee tin g ASME B&PV Code 3 TBD 0 5 /2 024 3 Up to 2 Meetin g ASM E B&PV Code 3 TBD 08 /2024 3 Up to 2
 
Pag e 18 31310020D0003 /31310020F0101
 
I Meeting
 
Trave l Notes-
: a. All Contractor travel requires prior written approval from the COR.
: b. The number of trip s, number of contractor per so nnel, duration, location, may be modified based on meeting c ircumsta n ces and COR' s need fo r contractor s upport. Contractor sha ll implement travel cost-sharin g measures (e.g., sharing ren ta l 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. A ll travel conducted purs uant to thi s task orde r is billable at Federal per diem rates, in accordance wit h Federal Travel Regulations.
 
11.2 SECURITY
 
The work wi ll be UNCLASSIFIED; but requir es an IT Sec urity Level II Access.
 
Work on th is task o rd er m ay inv o lv e the handling of documents that contain proprietary information. The contractor shall safeg ua rd documents containing proprietary information against unauthori z ed di sclosure. After comp letion of work, the contractor shall either destroy the documents o r r eturn th em to the NRC. If th ey are de stroye d, plea se confirm this in an e-mail to the COR with a copy to the CO and inc lude the date an d manner in w hi ch the documents were destroyed.
 
11.3 KEY PERSONNEL
 
Refe r to Section H.5 KEY P E RSONNEL for Name and Labor Category / Pos it ion of Key Personnel.
 
Contracto r perso nnel performing this work shall have experience and/or education -- at a minimum a bachelor' s deg ree in engineer in g/sc ience o r equ ivale nt expe ri ence a nd at lea st 20 yea r s of related experience ( combined of all staff) in one or more of the following key technical areas:
 
Expe rti se in probabili stic fracture mechanics computer code maintenance and development Expe rti se in finite element method wit h special ized knowledge of u ser defined subroutines u sing ABAQUS computer code (http s://www. 3d s.c om/products se rv ices/simu lia/product s/aba qu s/)
Expe rti se in the use of GoldSim ( http: //www/goldsim.com ) probabili stic risk assessment suite of software Exp e rti se in the u se of th e xLPR probabili stic fracture mechanics code, Vers ion 2.0 or later
( https: //www.nrc.gov /abo ut -n rc /regu lato ry /re search /safetycode s.htrnl)
Detailed knowledge of probabilistic risk assessment Detail ed know ledge of uncertainty characterization methodologie s Detailed know ledge of primary system piping fracture issues in light-water reactor nuclear
 
Pag e 19 31310020D0003 /31310020F0101
 
power plants D e tail e d know ledge of NRC regulation s and guidance as they pertain to leak-before-break in primary system piping in PWRs Detailed know ledge of co1Tosion, PWSCC, thermal and mechanical loadin gs and resu lt in g stresses Detailed know ledge 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 sha ll be required to perform the research described in this statement of work:
 
Finite element analysis capabilities with specia lized user-defined subrout ines using the ABAQUS comme rci a l off-the-s h elf software.
Comme rc ial off-the-shelf software requ ire d in order to run the xLPR code, including, but not limited to, Micro soft Windows, Microsoft Exce l, and Go ldSim. Spec ifi c versions to be identified by th e COR.
 
11.5 SPEECHES, PRESENTATIONS, PAPERS, AND JOURNAL ARTICLES
 
The Contractor's investigator( s) may publi sh the r esult s of this work in the open literature or may present papers at publ ic or assoc iation meeting s at int erim stages of the wo rk if the artic le or paper has been reviewed by the COR in draft form and agreement has been reached on the content. Submit the work in final fo rm to the COR, accompanied by NRC Form 390A, " Release to Publi sh Unclassified NRC Contractor Speeches, Pre sen tation s, Paper s, and Journal Articles."
 
If agreement on t he content has not been reached, NRC m ay a lso requ ire that the pape r includ e, in addition to the standard statem e nt " Work S uppo rted by th e U.S. Nuclear R eg ulatory Commission," any caveats necess ary 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 sha ll place the fo llowing disclaimer on a ll published papers and articles:
 
This report was prepared as an account of work spon sored by an agency of the U.S. Government.
Neither the U.S. Government nor any agency thereof, nor any of their emp loyees, make s any warranty, expressed or implied, or assumes any legal liability or responsibility for any third party's use, or the res ults of s uch u se, of any information, apparatus, product, or proce ss di sclose d in thi s re port, or represe nt s that its use by suc h third party would not infringe private ly owned rights. The views expressed in th is paper are not necessarily those of the U.S. Nuclear Regulatory Commission.
 
For add itional information, see NRC Management Directive 3.9, "NRC Staff and Contracto r Speeches, Presentations, Paper s, and Journal Articles on Regulatory and Technical Subjec ts."
 
Pag e 20 31310020D0003 /31310020F0101
 
Section H - Special Contract Requirements was revised as follows.
 
Summary of C lause Changes:
 
C lause 2052.215-7 1 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) fo r this contract is:
 
Name: Matthew Homiack Address: U.S. Nuclear Regulatory Commission Office of Nuclear Regu latory Research Washington, DC 20555
 
Phone : 301-415-2427 E-mail: Matthew. Homiack@nrc.gov
 
Alternate COR:
 
Name: Bruce Lin Address: U.S. Nuclear Regu latory Commission Office of Nuclear Regu latory Research Washington, DC 20555
 
Phone : 301-4 15-2446 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 wh ich was unanticipated in the Schedule (i.e., travel not contemp lated in the Statement of Work (SOW) or changes to spec ific travel identified in the SOW), fills in details, or otherwise serves to accomplish the cont ractual SOW.
 
(2) Provide advice and guidance to the contractor in the preparation of drawings,
specifications, or techn ica l portions of the work description.
 
(3) Review and, where required by the contract, approva l 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 techn ica l direction which:


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.
(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.
(2) Constitutes a change as defined in the "Changes" c lause 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.
(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.
(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.
(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.
(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 approva l 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.
(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


(f) If, in the opinion of the contractor, any instruction or direction issued by the COR is w ithin 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 contrac t accord ingly. 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 consti tute a change under the "Changes" clause.
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.
(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 cont ract.
 
(h) A failure of the parties to ag ree upon the nature of the instruction or direction or upon the contract action to be taken with respect thereto is subject to 52.233-1 - Disputes.
 
(i) In addition to providing technical direction as defined in paragraph (b) of the section,
the COR shall:
 
(1) Monitor the contractor's techn ical 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 approva l, 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.
(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.
(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.
(6) Ensure that all contractor emp loyees that require access to classified Restricted Data or National Security Inform ation or matter, access to sensitive unclassified informa tion (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 rece ive approval of SB/DFS p rior 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.
 
(7) For contracts for the design, development, maintenance or operation of Privacy Act Systems of Records, obtain from the contractor as part of c loseout procedures, written certification that the contractor has returned to NRC, transferred to the successor contractor, or destroyed at the end of the contract in acco rdan ce with instructions provided by the NRC Systems Manager for Privacy Act Systems of Records, all records (electronic or paper) which were created, compi led, obtained or maintained under the contract.
 
(End of Clause)
(End of Clause)
Page 23


Page 23 ORDER FOR SUPP LIES OR SERVICES I PAGE O F PAGES IMPORTANT : Ma rk a ll pa c kages a n d pa pers w ith c o n tra ct and /o r orde r n u mb ers. I 1 I 22
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 07/21/2021
: a. NAME OF CONSIGNEE
: 3. ORDER NO.
: 14. REQUISITION/REFERENCE NO.
31310021F0071 RES-2 1-0268 NUCLEAR REGULATORY COMMISSION
: 5. ISSUING OFFICE /Address correspondence lo}
: b. STREET ADDRESS US NRC -
HQ NUCLEAR REGULATORY COMMISSION ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN- 07B20M WASHINGTON DC 20555-0001
: c. CITY Id. 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
: a. PURCHASE X b. DELIVERY
: c. STREET ADDRESS REFEREN CE YOUR 3518 RIVERSIDE DRIVE E* cept for billing Instructions on the SUITE 202 reverse, this delivery order is 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 lo the terms and and conditions specified on both sides of conditions of lhe above-numbered
: d. CITY
, e. STATE I r. z IP CODE this order and on the attached sheet, If contract.
COLUMBUS OH 432211735 anv, includlnQ delivery as indicated.
: 9. ACCOUNTING AND APPROPRIATION DATA
: 10. REQUISITIONING OFFICE See Schedul 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 I b. ACCEPTANCE Destination Destination 30
: 17. SCHEDUL E /See reverse for Rejections)
QUANTITY UNIT QUANTITY ITEM NO.
SUPPLIES OR SERVICES ORDERED U NIT PRICE AMOUNT ACCEPTED (a)
(b)
(c)
(d)
TECHNICAL SUPPORT FOR COMPONENT INTEGRITY ASSESSMENTS Accounting Info :
2021-X0200- 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
: a. NAME SEE BILLING INSTRUCTIONS
: b. STREET ADDRESS ON REVERSE (or P.O. Box)
: c. CITY PARKERSBURG
: 22. UNITED STATES OF AMERICA BY (Signature)
AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION NOT USABLE
: 21. MAIL INVOICE TO:
FISCAL ACCOUNTI NG PROGRAM ADMIN TRAINING GROUP AVERY STREET BUREAU OF THE FISCAL SERVICE PO BOX 1328 r*:TE 07/21/2021
~-a- ~
(el (f)
(g)
: 20. INVOICE NO.
17(h)
TOTAL (Cont.
pages)
$0. 00 A3-G 17(i)
GRAND TOTAL
: e. ZIP e,vDE
$255, 212. 08 26106-1328
: 23. NAME (Typed)
Margo Katzper TITLE: CONTRACTING/ORDERING OFFIC ER OPTIONAL FORM 347 (Re,. 2120121 Pre$Cl'lb0d by GSA/FA.R 48 CFR 53 213(')


1, DATE OF ORDER 2. CONTR ACT NO. gr sry) 6. SHIP TO:
ORDER FOR SUPPLIES OR SERVICES SCHEDULE - CONTINUATION IMPORTANT : Mark all oackaaes and oaoers with contract and or order numbers.
07/21/2021 a. NAME O F CONS IGNEE 31310020DO 0
DATE OF ORDER  
: 3. ORD ER NO. 14. R E QU ISITI ON/REFE R E NCE NO.
!CONTRACT NO.
31310021F007 1 RES-2 1 -0268 NUCLEAR REGULATORY COMMISSION
07/21/2021 31310020D0003 ITEM NO.
: 5. ISSU ING OFFICE /Address correspondence lo} b. STREET ADD RESS US NRC - HQ NUCLEAR REGULATORY COMMISSION ACQUISITI ON MANAGEMENT DIVISION MAIL STOP TWFN- 07 B2 0M WASH INGTON DC 20555-0001 c. C ITY I d. STATE I e. Z IP CODE WASHINGTON DC 20555-000 1
SUPPLIES/SERVICES (a)
(b) 08/31 / 2024 TOTAL CARRIED FORWARD TO 1 ST PAGE !ITEM 17(Hl!
AUTHORIZED FOR LOCAL REPODUCTION PREVIOUS EDITION NOT USABLE QUANTITY ORDERED (c)
UNIT UNIT PRICE (d)
(e)
PAGE NO 2
I ORDER NO.
31310021F0071 AMOUNT QUANTITY (f)
$0.00 ACCEPTED (g)
OPTIONAL FORM 348 JRe,. 4/20061 PrtaMbed by GSA FAR (43 CFR) 153 213!1)


7. TO: GARY HA TTERY f. SHIP VI A
8 - Supplies or Services/Prices......................................................................................................................... 3 C - Description/Specifications..........................................................................................................................4 D - Packaging and Marking............................................................................................................................ 10 E - Inspection and Acceptance....................................................................................................................... I 0 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.
: a. NAM E OF CONT RACTOR ENG INEERI NG MECHANICS CORPORATION OF COLUMBUS 8. TYP E O F ORDE R
{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.
: b. COMPANY NAME a. P U RCHASE X b. DELIVERY
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. STR E ET ADDR ESS REFERE N CE Y OU R 3518 RIVERSIDE DRIVE E *cept for b illing Instructions on the SUIT E 202 rev erse, th is delivery or d er is su b)ect to ln struc~ons conta ined o n this side only o f this fo rm a n d is Please furnish the fo llowing on the terms Issu ed subjecl lo the terms and a n d c on dition s specified on bo th sides o f cond itions of lhe a bove-num bered
( c) lt is estimated that the amount currently obligated will cover performance through September 15, 2021.
: d. C ITY, e. S TATE I r. z IP CODE this order a n d on the a ttac hed sheet, If contract.
(d) This is an incrementally-funded contract and FAR 52.232 "Limitation of Funds" applies.
COLUMBUS OH 432211735 anv, in clu d ln Q delivery as ind ic a ted.
PRICE/COST SCHEDULE Base Period:
: 9. ACCO U N TING AND APPROPR IATIO N DATA 10. REQU ISITIO NIN G OFFICE See Sc h edu l e OFF OF NUCLEAR REG RESEARCH 11. B U SINESS CLASSIFICATION (Check appropriate box/es)) 12. F.O.8. POI NT x a. SMALL ~ b. OTHER THAN SMALL c. DISADVA NTAGED d. W OME N-OW NED e. HUB Zone
FY202I -TASKS I &2 Labor Category Contract QTY Unit Unit I Amount Type Price Project Manager (PM)/
: f. SERVI C E-D ISABLE D g. WOME N-OWNED SMAL L BUS INESS (WOS B) h. EDWOS B VETERA N -OW NE D ELIGIBLE UN DER THE W OSB PROG RAM
Labor Hour HOUR Sr. Tech Reviewer (STR) 24/240 Subject Matter Expert (SM E)
 
Labor Hour 120 HOUR Sr. Tech Reviewer (STR)
13. PLACE OF 14. GOVERNMENT BIL NO. 15. D ELI VER TO F.O.8. POINT 16. D ISCOUN T TERMS O N OR BEFORE (Dote)
Labor Hour 40 HOUR Technical Reviewer (TR)
: a. INSP ECT ION I b. ACCEP TANCE Destination Desti nation 30
Labor I lour 96 HOUR Administrative Support (ADMIN)
: 17. SCHEDU L E /See reverse for R ejec tio n s)
Labor Hour 12 HOUR NOT TO EXCEED SUBTOTAL:
 
b)(4)
QU ANTITY UN IT QU ANTIT Y ITEM NO. SU PPLIES OR SERV IC E S O R DERED U N IT P R ICE AMOU N T ACC EP TED (a) (b) (c) (d) (el (f) (g)
FY 2022 - TASKS I & 2 Labor Category Contract Qli'Y Unit Unit I Amount Type Price Project Manager (PM)/
TECHNICAL SUPPORT FOR COMPONENT INTEGRITY ASSESSMENTS Accounting In fo :
Labor Hour 12/120 HOUR Sr. Tech Reviewer (STR)
2021 - X0 200 - FEEBASED-60 - 60D001 - 60Bl01-1032 - 17 161-252A-17-6-161-1032 Period of Performa n ce : 07/21 /2021 t o Continued...
Subject Matter Expert (SM E)
 
Labor Hour 80 HOUR (b )(4)
18. SHIPPI NG POINT 19. GROSS SHIPPI NG WEIG HT 20. IN V OICE NO. 17(h)
Sr. Tech Reviewer (STR)
TOTAL (Co nt.
Labor Hour 40 HOUR  
2 1. MAIL INV O ICE TO: pages)
 
a. NAME $0. 00 FISCAL ACCOUNT I NG PROGRAM SEE BILLING INSTRUCTIONS b. S TREE T ADDR ESS ADMIN TRAINING GROUP AVERY STREET A3 - G ON REVERSE (or P.O. Box) BUREAU OF TH E FISC AL SERVICE 17(i)
PO BO X 1328 GRAN D TOTAL
: c. C ITY e. ZIP e, vDE $255, 212. 08 r*:TE PARKERSBURG 26106 -13 28
: 22. U NIT ED STATES OF 07/21/2021 23. NAME ( Ty p ed)
AMER ICA BY (Signature) Margo Katzper
~-a- ~ T IT LE: CO NTRACT ING/OR D ERI NG OFFIC ER
 
AU T HORIZE D FOR LOCAL REPRODUCTION OPTIONA L FORM 347 (Re,. 2120121 PREVIO U S EDITION NOT USAB LE Pre$Cl'lb0d by GSA/FA.R 48 CFR 53 213(')
ORDER FOR SUPPLIES OR SERVICES PAGE NO SCHEDULE - CONTINUATION 2
 
IMPOR TANT : Mark a ll o a ckaaes a n d oaoe rs w ith co n trac t an d or orde r n um bers.
DATE OF ORDER !CONTRACT NO. I ORDER NO.
07/21/2021 31310020D0003 31310021F00 71
 
ITEM NO. SU PPLIES/SERV ICES QU ANTITY U NIT U NIT A MOU NT QUA NTITY ORDERED PR ICE ACCEPTED (a) (b) (c) (d) (e) (f) (g) 08/31 /2 024
 
TOTAL CARR IED FORWARD TO 1 ST PAGE ! ITEM 17(Hl! _> $ 0.00 AUTHOR IZED FOR LOCAL REPODUC TION OPTIONAL FORM 348 JRe,. 4/20061 PREVIOUS EDITION NOT USABLE Pr taMbe d by GSA FAR (43 CFR) 153 213!1) 8 - Supplies or Serv ices/Prices......................................................................................................................... 3 C - Description /Specifications..........................................................................................................................4 D - Packag in g and Markin g............................................................................................................................ 10 E - Inspectio n and Acceptance....................................................................................................................... I 0 F - Deliverie s or P erfo rm anc e........................................................................................................................ 10 G - Co ntract Administration Data.................................................................................................................. 11 H - Sp ec ia l Contract R equire m ents................................................................................................................ 13 l - Contract Clauses........................................................................................................................................ 20 J - List of Document s, Exh ibits and Other Attachment s................................................................................ 22 B - Supplies or Ser v ices/Pric es
 
BRIEF P ROJE C T TITLE AND WORK DESCRIPT ION
 
(a) Th e ti t le of this proj ec t is: T ec hnic a l s upport for compone nt integ rity.
 
{b) S ummaiy work d escr iption: To obtain expert tec hnical assistance ser vi ces from the Contractor to apply in performin g a naly ses for pos tulatin g pipe ruptur es in fluid syste m pip ing at nuclear power pla nt s.
 
C ONSID E RATION AND OBLI GATIO N-LABOR-HO U R CONTRACT
 
(a) Th e ce ilin g price to th e Governm ent fo r full pe r forman ce und er this contract is$ 255,212.08
 
(b) The contract inc ludes di re ct labor hours at spec ified fixed hourly rates, inclusi ve of wages, frin ge, over head, general and admi ni strative expenses, and profit.
 
( c) lt is estimated that the amo unt currently obligated will cover performance through Sep tember 15, 20 21.
 
(d) Th is is a n incrementally -fund ed con tract and FAR 52.232 -22 - " Limitation of Fund s" applies.
 
PRI CE/COST SCHEDULE
 
B ase Per iod:
 
FY202I -TASKS I &2
 
Labor Category C ontract QTY Unit Unit T y pe Pr ice I Amou n t Project Manager (P M)/ Labor Hour HOUR Sr. Tech Rev iewer (STR) 24/240 Subject Matter Ex pert (S M E) Labor Hou r 120 HOUR
 
Sr. Tech Revi ewer (STR) Labor Hour 40 HOUR
 
Technical Re vi ewer (T R) Labor I lour 96 HOUR
 
Administrative Support (ADMIN) Labor Hour 12 HOUR
 
NOT TO EXCEED SUBTOTAL: b )(4)
 
FY 2022 - TASKS I & 2
 
La bor Ca t ego r y C ontract Qli'Y Unit Unit I A m o un t Type Price Project Manager ( PM )/ Labor Hour 12/120 HOUR Sr. Tech Reviewer (STR)
Subject Matter Expert (SM E) Labor Hour 80 HOUR (b )( 4)
Sr. Tech Rev iewer (STR) Labor Hour 40 HOUR (b )(4)
 
Technical Reviewer (TR) Labor Hour 64 HOUR 1.... ********************************************************
(b )( 4)... ******""'
Administrati ve Support (A DMIN) Labor Hour 12 HOUR


(b )(4)
Technical Reviewer (TR)
Labor Hour 64 HOUR 1.... * * **************************************** *** ***********
(b )( 4)
Administrative Support (ADMIN)
Labor Hour NOT TO EXCEED SUBTOTAL:
FY 2023 -TASKS l & 2 Labor Category Contract Type Project Manager (PM)/
Labor Hour Sr. Tech Reviewer (STR)
Subject Matter Expert (SME)
Labor Hour Sr. Tech Reviewer (STR)
Labor Hour Technical Reviewer (TR)
Labor Hour Administrative Support (ADMIN)
Labor Hour NOT TO EXCEED SUBTOTAL:
TOT AL BASE NOT TO EXCEED AMOUNT: $ 21 1,812.39 OPTIONAL TASK: TASK 3 FY 2024 Labor Category Project Manager (PM)/
Sr. Tech Reviewer (STR)
Subject Matter Expert (SME)
Sr. Tech Reviewer (STR)
Technical Reviewer (TR)
Administrative Support (ADMIN)
NOT TO EXCEED SUBTOTAL:
NOT TO EXCEED SUBTOTAL:
Contract Type Labor Hour Labor Hour Labor Hour Labor Hour Labor Hour 12 QTY 12/80 40 40 32 12 Ql'Y 12/60 40 40 32 12 HOUR Unit Unit I Amount Price HOUR HOUR HOUR HOUR HOUR I
Unit Unit I Amount Price HOUR HOUR
... I***
HOUR HOUR HOUR I
TOTAL TASK ORDER CEILING FOR BASE AND OPTIONAL TASK (NOT-TO-EXCEED):
$255,212.08 ST A TEMENT OF WORK I.
PROJECT TITLE C - Description/Specifications Technical Support for Component Integrity Assessments
: 2.
BACKGROUND (b )(4)
(b )(4)
(b )(4)


FY 2023 -TAS KS l & 2 Labor Ca tegory Co ntra ct Type QTY Unit Unit I Amount Pri ce
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]
Project Ma nager (P M)/ Labor Ho ur 12/80 HOU R (b )(4)
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.
Sr. Tech Rev iewer (ST R)
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-2192, "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.
Subj e ct Matte r Expert (SME) Labor Hour 40 HOUR
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 I 9, 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 adjusted 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 applicants and licensees would be required to address potential piping failures 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 failure 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


Sr. Tec h Reviewer (STR) Labor Hour 40 HOUR
stakeholders on the NRC strategies and received feedback and insights related to operating and new light-water reactors.
 
List o{Refereuces:  
Tec hnic al Reviewer (T R) Labor Hour 32 HOUR
-[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. MLl6085A315
Administrative Sup port (AD MIN ) Labor Ho ur 12 HOU R
[3] Generic Letter 87-11, "Relaxation in Arbitrary Intermediate Pipe Rupture Requirements," June 19, 1987, NRC ADAMS Accession No. ML l9137A335
 
[4] NUREG-1800, "Standard Review Plan for Review of License Renewal Applications for Nuclear Power Plants," Revision 2, December 20 I 0, NRC ADAMS Accession No. ML I 03490036
NOT TO EXCE ED SUBTOTAL:....................,,..
[5] NUREG-2912, "Standard Review Plan for Review of Subsequent License Renewal Applications for Nuclear Power Plants," July 2017, NRC ADAMS Accession No. ML! 7188A!58
I
[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, 2021 NRC Category 2 Public Meeting on Alternative Criteria for Postulating High-Energy Pipe Break Locations, NRC ADAMS Accession No. ML21089A005.
TOT AL BASE NOT TO EXCEED AMOUNT: $ 21 1,8 12.39
: 3.
 
PROJECT DESCRIPTION AND OBJECTIVE(S)
O PTIONAL TASK: TASK 3 FY 2024 La bor C ategor y Contract Ql'Y Unit U nit I Am oun t Ty pe Price Project Manager ( PM )/ Labor Hour HOUR (b )(4)
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.
Sr. Tec h Reviewer (STR) 12/60
This requirement falls under EWC IDIQ # 31310020R0004, 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.
Subject Matte r Expert (SM E) Labor Hour 40 HOUR... I***
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. Specifically, 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.
Sr. Tech Rev iewer (STR) Labor Hour 40 HOUR
 
Tec hnic al Reviewer (T R) Labo r Hour 32 HOUR
 
Administrative Support (AD MIN ) Labor Hour 12 HOUR
 
NOT TO EXCE ED SUBTOTAL:........................., --- (b )(4)
I
 
TOTAL TASK ORDER CEILING FOR BASE AN D OPTIONAL TASK (NOT-TO-EXCEED) :
$255,2 12.08
 
C - Desc ription /Specifica ti ons
 
S T A T EMENT OF WORK
 
I. PROJ EC T TITL E
 
Tec hnical Su pport for Com ponent Integrity As sessments
: 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 Outsid e Containm ent." [2]
 
Additional background is provided in Generic Letter 87-11, " Relaxation in Arbitrary Intenn ed iate Pipe Rupture Requireme nts," [3] which included an ea rlier ve rsion of BTP 3-4. These documents collectively provide the current NRC staff position on an acceptable means of determi ning where pipe rupture should be consid ered to comply with the requirements ofGDC 4.
 
Finally, Table 4. 1-3 of NUREG-1 800, Revision 2, "S tandard Review Plan for Review of License Renewal Appli cations for Nuclear Power Pl ants" [4] (SRP-LR) a nd Table 4.1-2 ofNUREG-2 192, "Stan dard Review Plan for Review of Subsequent License Renewa l Appli cations for Nuclear Power P lants," [5] (S RP-SLR) identify cumulative usage factor (CUF) analyses as potential plant-specific time limited aging analyses that applica nt s mu st address in bo th license renewal and subsequent license renewal applications.
 
Th ese current guidelines are conse rvativ e and are meant to ident ify limiting piping locations that experience hi gher relative stress a nd fatigue than the remainder of the piping. In ad dition, the more conservative stress limit provide s an additional, unquantified stress margin to address unforeseen causes such as fabrication and installation errors. With respect to CUF, the NRC gu id e lines use 0.1 as the limit.
The larger margin adopted on C UF is to ensure a conservative margin to account for unanticipated conditions as we ll as uncertain ties in the quality level of piping syste ms, uncertainty in vibratory loads, an d the lack of explicit consideration of environmental effects which can decrease fatigue life.
 
A quantitative tec hnical basis for the current stress and CUF acceptance cr iter ia is not documented in SRP Section 3.6.2 and BTP 3-4. However, most observed p ipe ruptures have typically been at the unanalyz ed locations and caused by corrosion and thermal fatigue issues that have been a ddressed through other programs (e.g., chem istry control, wa ll thickness monitoring, fat ig ue mo ni to ring). T hese conserva tiv e stress and CUF acceptance criteria must be maintaine d throughout long-term operation and are eva luated by li censees in both li ce nse renewal a nd subsequent license renewal appli cations. Further work is needed to provide a lternative acceptance criteria that wi ll reduce excessive conservative margin for th e analyzed locations whil e precluding potential pipe ruptures at the unanalyzed loca tions.
 
To address stakeholder feedback on the ove rl y conservat ive nature of current BTP 3-4 staff gu id elines as described above, NRC stafT ha s continued exploring the poss ibility of updating th e BTP 3-4 guide lines. In June 20 I 9, the NRC conducted a public meeting [6] to disc uss BTP 3-4 and so me proposed alternative approaches for postulating pipe rupture locations. At this meeting, the industry expressed in terest in rev is ing 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 viab ility of updating the BTP 3-4 c riteria. In August 2019, a working group ( comprised of staff from NRO, NRR, and RES) was fonned to develop alternative criter ia 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 investigate d further in this Work Request. The focus of thi s invest iga tion will deve lop th e technica l basis for ensu ring the alternative framework and associated criteria satisfies GDC 4. This proposed alternative acceptance criteria rev ises the environmentally adj usted CUF criteria to less than or equal to 1.0 and removes the stress range and max stress crite ri a. The updated staff guide li nes wi ll also address lessons learned from new reactor design (e.g., bolted connections). As a part of this alternative acceptance criteria, new reactor ap pl icants and licensees would be required to address potential piping fai lures due to va rious failure/degradation mechanisms (e.g., vibration, erosion, flow-induced vibration, intergranular stress corrosion cracking) to ensure that the probability of poten tial pipe fai lu re res ulting from those fai lure/degradation mechanis ms is extre me ly low.
 
In March 2021, the NRC he ld anot her publi c meeting [7] for th e NRC staff to d iscuss strategies to d evelop alternative criteria a nd associated guidance for postulating pipe break locations in piping systems and the correspondin g technical basis.. At this meeting, the NRC staff engaged in ac tive 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 Rev ie w Plan for the Rev iew of Safety Ana lys is Repo11s fo r Nuc lea r Power Plants: LWR Edition," Section 3.6.2, " Determ in at ion of Rupture Locations and Dynamic Effects Associated with the Postulated Ru pture of Piping," Revis ion 3, December 20 16, NRC Agencyw ide Doc uments Access an d Manageme nt System (A DAMS) Accession No. MLl6088A041
[2] NUREG-0800, "Standard R ev iew Pl an for the Rev iew of Safety Ana lysis Reports for Nuclea r P ower Plants: LWR Edition," Branch Technical Position 3-4, " Postu late d Ru pture Locations in F luid System Piping Ins id e an d Outs id e Co ntainment," Rev is ion 3, December 201 6, NRC ADAMS Accession No. MLl6085 A3 15
[3] Ge ne ri c Lette r 87-11, " Re laxation in Arbitrary Inte rm e diate Pipe Rupture Requirements," June 19, 1987, NRC ADAMS Accession No. ML l 9137A335
[4] NUREG-1800, "Standard Review Plan for Review of Li cense Re newal Applications for Nuclear Power Pl ants," Revis ion 2, December 20 I 0, 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 20 17, NRC ADAMS Accession No. ML! 7 188A!58
[6] Su mm ary of June 11, 2019 NRC Category 2 Public Meeting on Branch Technical Pos it ion 3-4, NRC ADAMS Accession No. ML 19214A095
[7] Summary of March.I, 202 1 NRC Category 2 Public Meeting on Alternative Cr iteria for Postu lat in g High-Energy P ip e Break Locations, NRC ADAMS Accession No. ML21089A005.
: 3. PROJE C T DESCR IPTIO N AND OBJECT IV E(S)
 
The objectiv e of this task orde r is to obtain expert tec hnical assistance serv ices from th e Contractor to apply in performing analy ses for postulating pipe ruptures in fluid sys tem pip in g at nu c lear power pla nts.
 
This requirement fa lls unde r E WC IDI Q # 3 13 10020 R0004, entit le d "Tec hnica l Assistance in S uppo rt of NRC Nuclear Re gu latory Resea rch fo r Materi a ls, Waste, and Reac tor Programs," in Technical Support Service Area (TSSA) 3.4, e ntit led "Component In tegrity and Materials Perfo rm ance."
: 4. STA T EME NT OF WORK TASKS
 
Task 1 -Altern at ive Framework
 
Ta sk 1.l : The contractor sha ll perform ana lyses of fluid piping systems based upon pipe break postu lat ion acceptance criteria tha t are a lternative to BTP 3-4. This al te rnative acceptance criteria re vises the env ironmentally adjusted CUF criteria to less th an or equa l to 1.0 and removes the stress range and max stress criteria. Spec ifica ll y, using co mp utational tools, the contra ctor s ha ll conduct the activ ities li ste d be low:
 
Fatigue crack growth analyses and crack stabil ity analyses based upon an assumed fl aw and specified piping sys tem parameters, including a discuss ion of ap plicable uncertai nt ies.
Determination of time and margin for simulated flaw to become critical for specified piping system parameters.
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 reactor 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.


These activities will be conducted for 3-6 configurations (incl uding multiple analyses per configuration) th at va ry in li ght-water reacto r e nv iro nm e nt (e.g., current operat i ng reactors, NuScale) piping sys tem parameters. These parameters ma y in clude thermal and pressure transients that contribute to fatigue, fl aw geometry (e.g., axial, c irc um ferential), component geomet ry (e.g., rad ius/th ickness ratio), and mater ia l (e.g., pipin g, we ld). Specific piping system parameters will be prov id ed to th e co ntractor. Any proposal s ho ul d indicate what comp utational tools wi ll be used to conduct th e analyses and what th ei r capabi Ii ti es 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.
De liv erab le for Task I. I Draft Technical Lette r Report (TLR) cover ing all work pe rformed under this ta sk within 60 days of completion of the ta sk. The Draft TL R prepared by th e contactor shall summarize th e efforts comp le ted, pro pose conc lus ions, and id entify recomm endations for any iss ues ident ified.
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.
Fina l TLR incorporating any co m me nts on the Draft T LR fro m the COR. The F inal TLR sha ll be prov ided no later than 45 day s after th e COR provid es co mm ents to th e co ntrac tor.
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.
T ask 1.2 :
Deliverable for Task 1.2 Draft. report documenting the alternative framework and associated acceptance criteria.
Th e co ntrac tor sha ll s ubmit a draft report that doc um e nts the a lte rnative fram ework and associated acceptance criteria for postula ting pipe break locations for operating and new light wa te r reactors. The c leme nts of the framewo rk will be deve loped by NRC staff and pro vid ed to the contracto r. Based upon thi s initial NRC staff input, recommendations, a nd guidance, as we ll as disc ussions with the contractor, the contractor shall document this alternative framework and associated acceptance criteria in a draft report us in g a fonnat prov ided by the NRC staff. Thi s alternative framework wi ll in corporate the TLR dev e loped for Task I. I.
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.
Del iverable for Task 1.2 Draft. report docume nting the a lte rn at ive framework a nd associated acceptance criteria.
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. This 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.
T ask 2 - Te chnical Ba sis NUREG Th e co ntractor sha ll provide technical ass istance to th e NRC staff in th e deve lo pm ent of a NU REG that documents the technical basis of the alternative framework and associated acceptance criteria. Th is NU REG will be based upon work completed under Task 1.1 and follow the a ltern at iv e framewor k documented under Task 1.2. Technica l assistance may inc lude services such as providing technical adv ice, operating e xpe rience, and other re lated activities.
: 5.
 
APPLICABLE DOCUMENTS AND STANDARDS ASME Boiler & Pressure Vessel Code, Section Ill and Section Xl.
Deliverable for Task 2 Technical assistance, as r eques ted, to d eve lop th e N RC-generated NUREG.
: 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.,
OPTI ON AL T as k : Ta s k 3 - Regu lat or y G uidanc e The co ntractor sha ll provide techni ca l assistance to the NRC staff in the devel opment o f draft regu la tory guidance that docw11ents the s taff position on postulated pipe break and crack location selection. Th is draft regulatory g uidance wi ll be based up on work co mp leted unde r T as k 1.2 a nd be s upported by the work com pleted unde r Tasks 1.1 and 2. Technical as s istance may include providing advice, operating exper ience, co nducting regu lato ry analysis, and other related acti vities.
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
Deliverable for Optional Task: Task 3 Techni ca l assistance, as requested, to d eve lo p the NRC-generated draft regu latory guidance.
: 5. APPLI CA BL E DO C UM ENTS AN D ST AN DARD S
 
ASME Boiler & Pressure Vesse l Code, Section Ill and Section Xl.
: 6. DE LIV E RABL ES AND DE LIVERY SC H EDULE/REPORTI NG REQUIR EMENT S
 
The contractor shall provide tihe de liverables stated in the tab le below in e lectronic format unless otherw ise d irected by the COR. The electronic fo rmat shall be provided us ing a Microsoft-based product, (e.g.,
Outlook, Word, Exce l, Power Point) un less the COR and th e contractor spec ifically ag ree on another format. All del iverab les, with th e exception of the Monthl y Letter Status Report (MLSR) shall be i11 the format of draft version, revision version with rcdlinc/strikeout with a c hange-control appen di x, and a rev ised vers ion wh ich s ha ll bec ome the final ver sion. T he contractor sha ll maintain appropriate ve r sion control in an e lec tro ni c format. Th e co ntractor sha ll e xp lic itly state in its subm ittal(s) that the produc t provided is the de live rab le for Task/Subtask "XX"O, as further descr ibed below.


The Co ntrac tor s ha ll submit th e following de liv erables to the tas k 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 rev iew all draft de liv e rables (and coordinate any inte rnal NRC staff review, if needed) and provide co mm e nts back to the contractor. The contractor s hall revi se th e draft deliverable based on the comment s provid ed by the COR and th e n del iver a re vised ve rs ion of the de liverable, which will th e n be considered the Final Vers ion. When mutually-ag reed upon between the contractor and the COR, the contractor may subm it pre liminary o r partial drafts to help gauge the contractor's unde rstanding of the partic ul ar work requirement. More than one round of drafts may be needed if the contractor does not success fully incorporate th e COR's comments on the previous draft.
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, files, infomrntion, and deliverables pursuant to this task order.
Th e co ntrac tor sha ll develop, maintain, and co ntrol data, fil es, in fomrntion, and delive ra bles purs uan t to this task order.
Deliverable Schedule Task Description Completion Date No.
 
De li verab le Sch ed ul e
 
Task Descr ip t ion Co m p let ion Da t e No.
Draft TLR covering all work performed for Task l.
Draft TLR covering all work performed for Task l.
I. I The Draft TLR s ha ll su mm ariz e t he efforts November 202 1 comp leted, propose conclusions, and identify recom me ndatio ns fo r anv issues ide nt ifi ed.
I. I The Draft TLR shall summarize the efforts November 2021 completed, propose conclusions, and identify recommendations for anv issues identified.
I. I Final TLR incorporating any comments from the January 2022 COR.
1.2 Draft report on the alternative framework and 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.  


I. I Final TLR incorporating an y comm e nts from the January 2022 COR.
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.
1.2 Draft report o n the alte rn a tive framework a nd Ap ril 2022 associated acce ptance criteria.
: 7. GOVERNMENT-FURNISHED PROPERTY None
Tech ni ca l ass ista nce to develop NRC staff-2 generated NUREG on the t echnical basis of the August 2023 alte rnative framework.
: 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.
Technical assistance to deve lop NRC staff-3 ge nerated Reg ul a tory Guide on th e alte rna ti ve August 2024 framework.
: 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:
Acceptance Criteria for De liverables: The above de liv erables shall be s ubmitte d to the task order COR.
: a.
U nl ess otherwise directed by the COR or th e CO, th e contractor mu st provi de all de li verab les e xcept th e Monthly Letter Status Reports (MLSR) as draft products. Th e COR will review all draft de liv erables (and coo rdinate any inte rnal NRC s taff revi e w, if nee ded) and prov id e co mm e nt s back to the co ntractor. The contractor sha ll revise the dra ft deliver able based on the comments provided by the COR a nd then deliver a rev ised version of th e deliverabl e, which will then be co nsidered th e Final Version. Wh e n mutually-agreed upon be twee n th e contrac tor and the COR, the co ntractor may submit prel iminary or partial dra fts to he lp gauge the contractor's understanding of th e particular work requ iremen t./ More than one round of drafts may be needed if the co ntrac tor docs not s uccessfully in corporate th e COR ' s co mm ents on th e previo us draft.
All contractor travel requires prior written approval from the COR.
 
: b.
The co ntrac tor sha ll s ubmit the raw and processed data and worksheet and/or input fil es used in analyses with the Draft TLR s, upon request by the COR and with the Final TLRs, in a tabulated Excel format or other format as direc ted by the COR.
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.
Note: This delivery schedule may be modified after task order award via Techn ical Di rection from the COR, and CO concurrence.
At the discretion of the COR, meetings may be conducted via telephone, video conference, or at the contractor site.
 
: d.
Tec hni ca l D ir ectio n s
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.
The COR may issue T echnical Directions (TDs) from tim e 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 suc h a nature as to constitute a c hange to the task order cost or peri od of performance.
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:
Any modifications to t he scope of work, cost, or period of performance of this task order must be issued by th e task order Contract in g Officer (CO) and sha ll be coordin ated with the task order Co ntracting Officer's Re present at ive (COR). T he COR may iss ue TDs for the purpose of making adjustments or clarifica tions to the tim ing and pe r formance of the ta sks/sub-tasks (if app licable) and/or the mil estone sche dule/deliv ery sc hedul e of th e docume nts within thi s tas k o rder.
: f.
 
All travel requires prior written approval from the COR.
Tn th e event that th e co ntractor be lieves that a TD iss ued against thi s task o rd er has a n impac t in terms of changing th e scope, cost, or period of performance of the ta sk order, the contractor sha ll imm ediately inform th e task order CO and request appropriate g uidance prior to taking action on th e TD in qu estion.
SECURITY The work will be UNCLASSIFIED.
: 7. GOV E RNMENT - FURN ISH E D PROP E RT Y None
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.
: 8. PLA C E OF P E RFORMA NC E
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:
Th e work to be perform ed under this tas k o rd er s hall be perfonned at the Co ntractor's fac i li ty except fo r the travel described in Section 9 of this statement of work.
Analysis Capabilities/Tools:
: 9. S PEC IAL CO NS ID E RATIO NS
Computational or analytical tool capabilities (e.g., finite element software) with specialized knowledge of  
 
TRAV EL/MEETI NGS Travel is not anticipated on this Task Ord er. in the event travel is needed, the C OR and CO s hall be notified as a modification will be r equir ed.
 
No travel is expected under this task order. l f a nee d arises, the COR will approve travel as per the co nditions below:
: a. All contractor trave l requires prior written approval from the CO R.
: b. Number of trips, number of co ntrac tor pe rso nne l, duration, location, may be modified based on meeting c ircum stances and COR's need for contractor support. Contractor shall implement trave l cost s haring measures (for example sharing rental car) if possible.
: c. At the di sc re tion of the C OR, meetin gs ma y be co nducte d via tele phone, v id eo conference, or a t th e contractor site.
: d. Co ntractor will be a uthor ize d trave l ex penses co ns istent with th e s ubstantive prov is ions of the fed e ral Trave l Reg ul a tion (FTR) and the li mitation offund s specifie d in this contract/order. All trav e l requires written Government approva l from the CO, unless otherwise de legated to the CO R.
: e. T rave l will be reimbursed in accord ance with FAR 3 1.205-46, ' 'Trave l costs" and th e General Se rv ices Admi ni stration's Fede ra l Trav e l Reg ulatio ns at: http://www.gsa.gov/portal/content/104790. At a mi nim um,
for each known tr ip/meeting, inc lude th e fo llow in g:
: f. A ll travel requi res pr ior written approval from the CO R.
 
S EC URITY The work wi ll be UNCLASS IFIED.
 
Work on thi s tas k order may invo lve the ha ndl ing of documents t hat contain proprietary information. The co ntrac tor sha ll safeguard doc um e nts con taining proprietary informat ion against un a utho ri ze d di sclos ure.
After completion of work, the contractor shall either destroy the document s 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 a nd manner in whic h the docu ment s we re dest ro ye d.
 
KEY EQUIPM E NT, CE RTIFI C ATION S, and ANALYSIS T OOL S The following analysis to ols s hal l be required to pe rform the research described in thi s state me nt of work:
 
Analy sis Capabiliti es/Tools:
Computational or a na lytical too l capabilities (e.g., finite e lem ent software) with specia lize d kn ow le dge of crack behavior.
 
LICENSE FEE REC OVE RY All work under this task order is not license fee recoverable.
 
D ATA RI G H TS The NRC s hall have unlimited rights to and ownership of all deliverables provided under t hi s contract /order, including reports, recomm enda ti o ns, briefings, work plans and all other deliverables.. All document s and mat erials, to include the so urce codes of any software, produced und er thi s contract/orde r are the property of the Government with all rights and privileges of ownership /copy r ight be longi ng exclusively to the Governmen t. Thes e documents and materia ls may not be used or so ld by the contractor without written authorizat ion from the CO. All material s supplied to the Government sha ll be the so le property of the Government and ma y not be used for any other purpose. Thi s ri ght does not abrogate any other Government rights. The definition of"un limited rights " is contai ned in Fede ral Acquisition Regu lation (FAR) 27.40 I, "Definitions." FAR clause at FAR 52.227-14, " Ri ghts in Data-General," is hereby incorporated by reference and made a part of t his contract/order.
 
D - P ac kagin g a nd M a r ki n g
 
PACKAG I NG AND MARK I NG
 
(a) The Contractor shall package material for sh ipm ent to t he NRC in s uch a mann er that will e ns ure acceptance by common carrier and safe de livery at destination. Conta iners and closures sha ll comply with the Surface Transpo rtat ion Board, Uniform Freight C lassificat ion Rules, or regu lat ion s of other carrie rs as applicable to the mode of transportation.


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 Classification Rules, or regulations of other carriers as applicable to the mode of transportation.
(b) On the front of the package, the Contractor shall clearly identify the contract number under which the product is being provided.
(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.
(c) Additional pac kag i ng and/or marking requ irements are as follows: NI A.
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 31310020D0003 _3131002 1 F007 l.
BRAN DI NG
E - Inspection and Accepttance INSPECTION AND ACCEPTANCE BY THE NRC (SEP 2013) lnspection 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.
 
The Contractor is requi red to use the state ment below in any publications, p rese ntat ions, articles, products, or materials funded under this cont ract/order, to the ex tent practical, in orde r to provide N R C with recognit ion for its involv e ment in and co ntribution to the project. If th e work performed is funded entirely with NRC funds, then the contractor must acknow ledge that infonnation in its docum entat ion/presentation.
 
Work Supported by the U.S. Nuclear Regulatory Commission (NRC), Office of Nuclear R eg ulatory Research, under Contract/order number 3 13 10020D0003 _ 3 13100 2 1 F007 l.
 
E - In s pect ion a nd Acceptta nce
 
I NSPEC TI ON AND ACCE P TANCE B Y THE NRC (SE P 2013)
 
l nspection and acceptance of the deliverable items to be furnish e d hereunder s ha ll be made by the NRC Contracting Officer's Rep resenta ti ve (COR) at the destination, accordance wi t h FAR 52.247-34 - F.o.b.
Destination.
Destination.
 
Contract Deliverables:
Contract Deliverab les:
 
Refer to Section C Statement of Work, Subsection 6.
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 2013)
The period of performance for this project is from 7/21/2021 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 /2021.
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 2052.215-71 Contracting Officer Representative authority. (OCT 1999)
(a) The contracting officer's authorized representative (hereinafter referred to as the COR) for this contract is:
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 following:
(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.


F - Deli ve ri es or Pe rform a nce
(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:
(!) 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 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 TT systems or data, unescorted access to NRC controlled buildings/space, or unescorted


PLACE OF DELIVERY-REPOR T S
(End of Clause) 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 N RC, 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.
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 all 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 NRC Office of Administration, Division of Facilities and Security, Personnel Security Branch with the employee's completed IT access application package.
The contractor shall further ensure that its personnel complete all IT access approval security applications required by this clause within fourteen ( 14) calendar days of notification by the NRC Contracting Officer's Representative (COR) of initiation of the application process. Timely receipt of properly completed records of the pre-screening record and IT access approval applications (submitted for candidates that have a reasonable probability of obtaining the level of security assurance necessary for access to NRC's IT systems/data) is a requirement of this 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


The items to be furnished hereunder sha ll be delivered, with a ll charges paid by the Contractor, to:
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 software; (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 capability to realize a significant personal gain from computer access.
: a. Co ntracting Officer's Representative (COR):
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.
Refer to Section G. l 2052.215-71 CONTRACTING OFFICER REPRESENTATIVE AUTHORlTY. (OCT 1999)
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),
: b. Contractin g Officer (I e lectro ni c co py)
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 individual 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).


End of C la use
The IT Level II involves responsibility for the planning, design, operation, or maintenance of a computer system and al I 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 Contractor'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 of 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.


TASK/DELI VERY ORD E R PER I OD OF PERFORMANCE (SEP 20 13)
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 SGT is handled, maintained and protected from unauthorized disclosure, consistent with NRC policies and directions. The contractor/grantee shall comply with the requirements to mark, maintain, and protect all information, including documents, summaries, reports, data, designs, and materials in accordance with the provisions of Section 147 of the Atomic Energy Act of 1954 as amended, its implementing regulations (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


The period of per formance for this project is from 7/21/202 1 to 08/31/2023, with the opt ion to exerc ise Optional Task: Task 3 with a period of performance of 09/0 l /2023 - 08/3 l /202 1.
(b )( 4)
(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 I 5C 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:  
* 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, or have otherwise become unavailable 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 identification 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 classified 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.  


G - Co nt r act Admini stration Data
(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 technical, business, or financial information, including 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 released to the public or has been determined by the Commission to be otherwise exempt from disclosure to the public. The contractor agrees to hold the information in confidence and not to directly or indirectly duplicate, disseminate, or disclose the information, in whole or in part, to any other person or organization except as necessary to perfonn the work under this contrnct. The contractor agrees 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.
NRC Loca l C la uses In corpo ra te d by F ull Text
(e) Definition of National Security Information. As used in this clause, the term National Security Information means information that has been determined pursuant to Executive Order 12958 or any predecessor order to require protection against unauthorized disclosure and that is so designated.
 
(f) Definition of Restricted Data. As used in this clause, the term Restricted Data means all data concerning design, manufacture, or utilization of atomic weapons; the production of special nuclear material; or the use of special nuclear material in the production of energy, but does not include data declassi lied or removed from the Restricted Data category under to Section 142 of the Atomic Energy Act of 1954, as amended.
ELEC TRONI C PA YMENT (DEC 2017)
(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 not permit any individual to have access to Restricted Data, Formerly Restricted Data, or other classified information, except in accordance with the Atomic Energy Act of 1954, as amended, and the Commission's regulations or requirements applicable to the particular type or category of classified information to which access is required. The contractor shall also execute a Standard Form 312, Classified Information Nondisclosure Agreement, when access to classified information is required.
The Debt Co llect ion Improvement Act of 1996 req uires that a ll payments except IRS tax refunds be made by Electronic Funds Tra nsfer. Payment s hall be made in accorda.nce with FAR 52.232-33, entit led
(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 failure to safeguard any Restricted Data, Formerly Restricted Data, or any other classified matter that may come to the contractor or any person under the contractor's control in connection with work under this contract, may subject the contractor, its agents, employees, or subcontractors to criminal liability under the laws of the United States. (See the Atomic Energy Act of I 954, as amended, 42 U.S.C. 20 11 et seq.; 18 U.S.C. 793 and 794; and Executive Order 12958.)
" Payment by El ectronic Funds Transfe r-Sys tem for Award Management."
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 subcontract and purchase order issued under the contrnct that involves originating or generating classified documents, material, and equipment must provide that the  
To receive payme nt, the contractor shall prepare invoices in accordance with NRC's Billing Instruct ions.
Claims shall be s ubmitted through th e Invoice Processing Platform (IPP) (https://www.ipp.gov/). Back up documentation s ha ll be in c luded as req uired by the NRC's Billing In structions.
 
NRCAR C la uses In corp or a t ed By F ull Te xt
 
2052.2 15-7 1 C ontract in g Officer Repr ese nt ative authorit y. (OCT 1999)
 
(a) Th e contracting office r's authorized represe ntative (hereinafter referre d to as the COR) fo r thi s contract is :
 
Mark Yoo mark.yoo@nrc.gov
 
(b) Performance of the work un der this co ntract is s ubj ect to th e techni ca l direc tion of th e NRC COR. The tem, "technical di rect io n" is defined to inc lude the fo ll owing:
 
( I) Technica l direction to the contractor which s hifts work emphasis between a reas of work or tasks, authorizes trave l whi ch was unanticipated in the Sc hed ul e ( i. e., trave l not contemplated in the Statement of Work (SOW) or changes to specific travel id entified in th e SOW), fills in deta ils, or otherwise serves to accom plish the contractual SOW.
 
(2) Provide adv ice and guidance to th e contractor in the preparation of drawings, s pec ifications, or technical portions of the work description.
 
(3) Rev iew and, where req uired by the contract, approva l of technica l reports, draw in gs, s pecificati ons, and technical information to be delivered by th e contractor to the Governme nt under th e contract.
 
(c) Technica l direction mu st be within the genera l statement of work stated in the contract. The COR does not have t he authority to a nd may not issue any technical directi on which:
 
( 1) Constitu tes an assignm e nt of work outside the ge neral scope of the contract.
 
(2) Constitutes a c hange as defined in the "Changes" clause of this co ntract.
(3) In any way causes an increase or decrease in the tota l estimated contrac t cost, the fixed fee, if any, or the time required for contract performance.
 
(4) Cha nges any of the exp ressed terms, co ndit ions, o r spec ificat io ns of the cont ra ct.
 
(5) T erminates the contract, sett les any c laim or disp ute aris ing under th e contract, or issues any u nilateral directive whatever.
 
(d) All technical directions must be issued in writing by the CO R or must be confirmed by the COR in writing within ten (10) working days after ve rbal issuance. A copy of the wr itten di rection must be furnished to the contracting officer. A copy of NRC Form 445, Request for Approva l of Officia l Foreign Travel, which has rece ive d final approval from the NRC mu st be furn ished to th e contracting officer.
 
(e) T he contracto r shall proc eed promptly with the pe rformance of tech n ical d irections duly iss ued by the COR in the manner prescribed by this c lause and within the CO R's authority under t he provi s ions of thi s c lau se.
 
(f) If, in the opini on of the co ntracto r, any instru ct ion or direction issued by the COR is within one of the categories as define d i n paragraph ( c) of this section, the contractor may not proceed but sha ll notify the cont racting officer in writ ing with in five (5) working days after the receipt o f any instruction or directio n and sha ll request the contract in g officer to modify the con tract accord ing ly.
Upon receiving th e notification from the contractor, the contracting officer s h all issue an appropriate contract mod ification or advise the contractor in writing that, in th e contrac ting officer's opinion, the technical direction is within the sco p e of thi s art ic le and does not consti t ute a change under the "Ch anges" clause.
 
(g) Any unauthorized commitment or d i rect ion issued by the COR may resu lt in an unnecessary delay in the contractor's performance and may even resu lt in the contractor expe nd ing fund s fo r una llow able costs under the contract.
 
( h) A failure of th e part ies to agree upon the nat ure of th e instruct io n or di rection or upon the co ntract act ion to be taken with respect thereto is subject to 52.233-1 - Dis pu tes.
 
(i) In add ition to providing technical direc ti on as defined in paragraph (b) of th e sect ion, the C OR s hall:
 
(!) Monitor the contractor's technica l pro gress, includin g surveillance and assessment of perfo nnan ce, and recommend to the contracting officer changes in require m ents.
 
(2) Assist the contractor in the re solution of technical probl ems encountered during performance.
 
(3) Review a ll costs requested fo r reimbursement by the co ntrac to r and subm it to the co ntractin g officer reco mm e ndation s for approva l, di sa pproval, or susp en s ion of paym ent for s upplies and serv ices requ ired und er th is contract.
 
(4) Assist the contractor in obtaining the badg es for the contractor personnel.
 
(5) Imm ediate ly notify the Secur ity Branch, Divis ion of Facilities and Secur ity (SB /DFS )
(via e-mai l) when a contractor emp loyee no longer requires access autho ri za tion a nd return of any N RC issued bad ge to SB/DFS within three days afte r th eir termina t ion.
 
(6) En sure tha t all con t ractor emp loyees that requ ire access to c lass ified Re strict ed Data or Nationa l Sec uri ty In formation or matt e r, access to se ns itive un c lassified informat io n (Safegua rds, Offi cial Use On ly, and Prop ri e tary inform at io n) access to sensit ive TT syste m s or data, un esco rted access to NRC con trolled bui ldi ngs/space, or un escorted access to protected and vital areas of nuclear power plants receive approval ofSB /DFS prior to access in accordance with Manageme nt Directiv e and Handbook 12.3.
 
(7) For contracts for the design, development, mainte nance or operation of Pri vacy Act Systems of Records, obtain from the contractor as part of closeout procedures, written certification that the contractor has returned to N RC, transferred to the successor contractor, or des troyed at the end of the contract in accordance with instructions provided by the NRC Systems Manager fo r Privacy Act Systems of Records, a ll records (electronic or paper) wh ich were c reated, compiled, obtained or maintained under the contract.


subcontractor or supplier assign the proper classification to all documents, material, and equipment in accordance with guidance furnished by the contractor.
(End of Clause)
(End of Clause)
 
I - Contract Clauses 2052.209-72 Contractor organizational conflicts of interest. (JAN 1993)
H - Spec ia l Co ntract R equir em ent s
(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.
NRC Lo ca l C la uses In corpo rat ed by F ull T ext
(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.
 
SECU RITY REQUIREMENTS FO R INFORMA TIO N TEC H NO LO GY LEVEL I OR LEVEL II ACCESS APPROV AL (JUL 2016)
 
Th e contractor mu st identify a ll individuals se lected to work under thi s 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 unde r this contract/order us ing the fo ll ow ing guidance. Th e 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 l T leve l J or II access and submit to the Government on ly th e names of candid ates that have a reasonable probability of obtaining th e level ofIT access approva l for which the e mpl oyee has been proposed. The contractor shall pre-screen its applicants for th e following:
 
(a) felony arrest in the last se ven (7) years; (b) alcohol related arrest within the last five (5) years; (c) record of any military courts-martial conv ictions in the past ten ( 10) years; ( d) ill egal use of narcotics or other controlled substances possession in the past year, or illegal purchase, production, transfer, or distribution of narcotics or other controlled s ub stances in the last seve n (7) years; and (c) de linquency on a ny federal debts or bankruptcy in the last seven (7) years.
 
The contractor shall make a wr itten record of its pre-screening interview or review (i ncluding any information to mitigate the responses to items listed in (a) - (e)), and have the employee verify the p re screening record or review, sign a nd date it. Th e contractor shall s upply two (2) copies of the signed contractor's pre-screening record or review to the NRC Contracting Officer' s Representative (COR), who will then prov ide th e m to the N RC Office of Administration, Divi s ion of Fac il iti es a nd Security, Personn el Security Branch with t he employee's completed IT access application package.
 
The contractor shall further e nsu re that its personnel comp lete a ll IT access approval security appli cat ions required by this clause within fourteen ( 14) calendar days of notification by the NRC Co ntracting Officer's Repres entative (COR) of initiation of th e application process. Time ly receipt of properly completed records of the pre-screening record a nd IT access approval applications (submitted for candidates that have a reaso nable probability of obtaining the level of security assurance necessary for access to NRC's IT systems/data) is a requirement of thi s contrnct/ord er. Fa il ure 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 re s ult 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 o peration of agency sensiti ve in fo rm ation tecltnology syste ms or data (lT Leve l 1). Th e TT Level I involves res pons ibi lity for: (a) the planning, direction, and impl eme ntation of a computer security program ; (b) major res ponsibility for th e direc tion, planning, and des ign ofa compute r sys t em, inc luding hardware and so ftw are; (c) the capability to access a co mputer system duri ng its operation or maintenance in s uch a way that could cause or that has a relatively high risk of causing grave damage; or (d) th e capabi lity to realize a s ig nificant pe rso nal ga in from co mp ut er access.
 
Contractor perso nnel shall not have access to sens itive infom1a tion technology sys tem s or data until they are approved by DFS/PSB a nd th ey have been so infom1ed in writing by the NRC Co ntract in g O ffic er' s Representative (COR). Temporary 1T access may be approved by DFS/PSB based on a favorable revi ew or a djudica ti on of their security fo rm s and checks. Final IT access may be approved by DFS/PSB based o n a favorably review or adjudicati on of a completed background investigation. However, temporary access a uthoriz ation approva l will be revok ed a nd th e e mploy ee may sub se qu ently be denied IT access in th e event th e employee's inves tig ation cannot be favorably adjudicated. Such an emp loyee wi ll not be authorized to work under any NRC contract/order requiring 1T access without the approva l of DFS/PSB, as c ommuni ca ted in writing to the co ntrac tor by th e NRC Co ntracting Officer' s Re presentative (CO R). Wh ere temporary access authorization has been revoked or denied by DfS /PSB, the contractor shall as sign another co ntractor em ployee to perfo rm the necessary work under this co ntract/order wi th ou t delay to th e contract/order performance schedule, or without adve rse impact to any other terms or conditions of the contract/order. When an indiv idual receiv es final IT access approval from DFS/PSB, th e individual will be subjec t to a re inves ti gation every ten ( I 0) yea rs th e reafte r (assuming continuous pe rformance under co ntracts/orde rs at NRC) or mo re frequently in the event of noncontinuous performance under co ntrac ts/ord e rs at NRC.
 
CORs arc respons ible for submitting th e co mplete d access/cleara nce request package as well as other docum entation that i s necessary to DFS/PSB. Th e co ntractor shall subm it a completed security fo rm s packet, including the OPM Standard Fonn (SF) 86 ( o nline Questiormaire for Nat ional Security Positions),
two (2) copies of th e Co ntracto r' s s igned pre-screening reco rd, and two (2) FD 258 fingerprint charts, to DFS/PSB for review and adjudication, prior to the individual being authorize d to perform work under this co ntrac t/order req uiring access to se nsit ive informati on technology sys tems or data. Non-U.S. ci ti zens mu st provide official documentation to the DFS/PSB, as proof of their legal re sidency. This docum entation can be a Permanent Resident Card, Temporary Work Vi sa, Em ployment Authorization Card, or other official docu menta tion issued by the U.S. Citi ze nship and Immi gration Se rvic es. Any applicant with less than seven (7) years residency in the U.S. will not be approved for IT Leve l I access. The Contractor shall s ubmit the do c um ents to the NRC Co ntractin g Office r 's Re prese ntative (COR) who will g iv e them to DFS/PSB. The contractor shall ensure that all fom1s are accurate, complete, and legi ble. Based on DFS/PSB review of the contractor em ploy ee's security forms and/or the receipt of adv erse informat ion by NRC, the contractor individua l may be de nied access to NRC facilities a nd se ns itive informatio n technology systems or data until a final determination is made by DFS/PSB. T he contractor individual 's c lea rance sta tu s will th ereafter be com mun icated to th e co ntrac tor by the NRC Co ntracting Office r's Representative (COR) regardi ng the contractor person's eligibility.
 
In accordance with NRCAR 2052.204-70 "Security, " TT Level I co ntrac tors s hall be subject to the attached NR C Fo rm 187 a nd SF-86. Together, th ese furnis h th e bas is for providing security require me nts to contractors that have or may hav e an NRC contractual relationship wh ich requir es access to or o perat ion o f agency sensitive infomrntion technology systems, remote development a nd/or analys is of sensitive information technology sys te m s or data, o r o th er access to s uch s ystem s and data; access on a co ntinuing bas is ( in excess more than 30 calendar days) to NRC bui ldings; or otherwise requires iss uance of an un escorted NRC badge.
 
SECURITY REQUIREMENTS FOR IT LEVEL II
 
Performance under this contract/order will involve contractor per sonnel that develop and/or analyze se ns iti ve information technology sys te ms or data or otherwise have access to suc h sys te ms or data (IT Level II).
The IT Level II involves responsibility for the planning, design, operat ion, or maintenance of a computer system and a l I other computer or IT positions.
 
Contractor personnel shall not have access to sensitive in fo nnation 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 Repr esentative (COR). Temporary access may be approved by DFS/PSB based on a favorable review of their security forms and c hecks. Final IT access may be approved by DFS /P SB based on a favorably adjudication. Howev er, temporary access authorization approval will be revoked and the contractor emp loy ee may s ub sequently be denied IT access in the event the employee's inves tigation cannot be favorably adjudicated. Such an employee will not be autho ri zed to work under any NRC contract/order requirin g IT access without the approval of DFS/PSB, as communicated in writing to the contractor by the NRC Contracting Officer' s Repre se ntativ e (COR). Where temporary acce ss authori za tion has been revoked or denied by DFS/PSB, the contractor is responsible for assigning another contractor emp loyee to perfom1 the neces sa ry work und er this contrac t/order without delay to the contract/order performance sc hedule, o r without adverse impac t to any other terms or co ndition s of the contract/order. When a contractor employee receives final IT access approval from DFS/PSB, the ind ividual will be subject to a review or reinvestigation every ten ( 10) years (assumi ng continuous performance und er contract/order at NRC) or more frequently in the event of noncontinuous performance under contract /order at NRC.
 
CORs a re responsible for submitting the completed access /clearance requ est package as well as other docum e ntation that is nec essary to DFS/PSB. The co ntra ctor shall subm it a comp leted sec urity fo rm s packet, including the OPM Standard Fo rm (SF) 86 (o n line Que stionnaire fo r Nat io nal Security Posit ions),
two (2) copies of th e Co ntract o r's s ign ed pre-screening reco rd and two (2) FD 258 fingerprint cha,1s, to DFS/PSB for review a nd adjudication, prior to the contractor employee being authorized to pe rform work under this contract /order. Non-U.S. citizens mu st provide official documentation to the DFS/PSB, as proof of the ir legal res idency. This documentation can be a Perma nent Resident Ca rd, Temporary Work Vi sa, Employment Authorization Card, or other offic ial documentation issued by the U.S. Citizen ship and Immigration Services. Any applicant with less than seven (7) years residency in the U.S. will not be approved for IT Level II acces s. The Contractor shall s ubmit the document s to th e NRC Contracting Officer 's Representative (COR) who will give them to DFS/PSB. The contractor s ha ll ensure that a ll fonllS arc accurate, complete, and legible. Based on DFS /PSB revi ew of the contractor employee's sec urity forms and /or the receipt of adverse infomrntion by NRC, the contractor employee may be deni ed access to NRC facilities, sensitive information technology sys tems or data until a final dete rmination is made by DFS /PSB re gardi ng the contracto r person' s e ligibili ty.
 
In accordance with NRCAR 2052.204-70 "Security, " IT Leve l II contractors s h a ll be subject to the attach ed NRC Fo rm 187, SF-86, and contractor's record of the pre-screening. Togethe r, these furnish the basis for providing sec urity requ irements to contractors that have or may have an NRC contractual relation ship which requires access to or operation of agency sensit iv e inform ation technology systems, remote development and/or analysis of sens itiv e information tec hnol ogy systems or data, or other access to s uch sys tem s or data ; access on a conti nuin g bas is (in excess of more than 30 ca lendar day s) to NRC building s; or otherwise requires iss uanc e of an unescorted NRC badge.
 
CANCE LLATION OR TERMINATION OF IT ACCESS/REQUEST
 
When a reque st for IT access is to be withdrawn or canceled, the contractor s hall immediatel y notify the NRC Contracting Officer 's Representative (COR) by telephone so that the access review may be promptl y di scontinued. Th e notification s hall conta in the full name of the contractor emp loyee and the dat e o f th e request. Telephone notifications must be promptl y confirmed by the contractor in wr iting to the NR C Contracting Offic er 's Repr ese ntativ e (COR), who will fo1ward th e confirmat ion to DFS /PSB. Additiona ll y, the contractor sha ll immediately notify the NRC Contracting Officer's Represen tative (COR) in writ ing, who will in turn notify D FS/PSB, when a contractor em ploy ee no longer requi res access to NRC se nsitive automated informat ion technology systems or dat a, including the vo lunta1y o r 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 r equirements of this clause down into all subco ntract s and agreeme nts w ith consu ltants for work that r equ ires them to access NRC TT reso urc es.
SECURITY REQUIREMEN TS RELATI NG TO THE PROD UC TION OF REPORTS OR THE PUBLI CA TION OF RESULTS UNDER CONTRACTS, AGREEMENTS, AN D GRANTS (J UL 2016)
 
Rev iew and Approval of Reports
 
(a) Reporting Requirements. Th e co ntractor/grantee shall comply with the terms and co nditions oftl1c contract/grant regarding the contents of the draft and final report, s ummaries, data, and related documents,
to include correcting, deleting, editing, revising, modifying, formatting, and s upplement ing 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, sum maries, data, and related docum e nt s will be consid ered draft until approved by th e NRC. Th e contractor/grantee agrees that the direction, detenninations, and decisions on approval or disapproval of reports, summ aries, data, and re lated doc uments created under this contract/grant re main so le ly within the discretion of the NRC.
 
(b) Publication of Re sults. Prior to any di ssemination, di s play, publication, or release of art ic les, reports, s umm aries, data, or related documents deve loped under the contract/grant, the contractor/grantee shall submit them to the NRC for review and approval. The contractor/ grantee shall not release, di sseminate,
display or publish articles, repo,1s, summarie s, data, and related documents, or the contents therein, that have not been rev iewed and approv ed by the NRC for re lease, display, di ssemination 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 co ntractor/grantee intends to release, di splay, disseminate or publish to other persons, the publl ic, or any other entities. Th e contractor/grantee agrees, and grants, a royalty-free, nonexclusive, irrevocab le worldwide li cense to the government, to use, reproduce, modify, di s tribute, prepare de riv a tive works, release, di sp lay or di sc lose the articles, reports, summaries, data, and related docum ents developed under the contract/grant, for any governmental purpose and to have or a uthorize others to do so.
 
(c) Id entification/Marking of Sensitive Unclassified Non-Safeguards In formation (SUNSI ) and Safeguards In formation (SGI). Th e dec is ion, determination, or direction by the NRC that information possessed, formu lated or produced by the contractor/grantee constitutes SUNSl or SGI is solely with in the authority and discretion of the NRC. In performing the contract/grant, the contractor/grantee shall clear ly 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 t he information as directe d by the NRC, the contractor shall use th e applicable NRC cover sheet (e.g., NRC Form 461 Safeguards Information) in maintaining these records and documents. Th e contractor/gra ntee s hall e nsure that SUNSJ and SG T is handled, maintained a nd protected from unauthorized disclosure, consistent with NRC policies and directions. The co ntractor/grantee s hall comply with th e requirements to mark, maintain, and protect all information, including documents, summarie s, reports, data, des igns, and materials in accordance with the provisions of Sectio n 147 of the Atomic Energy Act of 1954 as amended, its implementing regul ations (IO C FR 73.21 ), Sensitive Unclassified Non-Safoguard s and Safeguards Information policies, and NRC Manage ment Direc tiv es and Handbooks 12.5, 12.6 and 12.7.
 
(d) Remedies. In addition to any civi l, criminal, and contractual remedies available und er the applicab le la ws and regulations, fa ilure to comply wi th the above provisions, and/or NRC directions, may result in suspens ion, withholding, or offsetting of any payme nt s invoiced or claimed by the co ntractor/grantee.
 
( e) Flowdown. If th e contractor/grantee intend s to e nte r in to any subcontracts or other agreements to perform this contract/grant, the contractor/grantee shall include all of the above provisions in any s ubcontracts or agreements.
 
WHI STLEBLOW E R PROT ECT ION FO R NRC CO NTRA CTO R AND SUBCONTRACTO R EM P LOYEES (a) The U.S. Nuclear Regulatory Commission (NRC) contractor and its subcontractor are subject to the Whist leb lower Emp loyee Protection public law provisions as codified at 42 U.S.C. 5851. NRC contractor(s) and subcontractor(s) shall comply with the requ irem en ts of thi s W histleblower E m pl oyee Protec tion law, and th e imp lementing regulations of the NRC and the Depai1ment of Labor (DOL). See, for examp le, DOL Procedures on Handling Co mplaints at 29 C.F.R. Part 24 conce rning th e empl oye r obligations, prohibited acts, DOL procedures and the requirement for promi ne nt posting of notice of Emp loyee Rights at Appendix A to Part 24 e ntitled: "Yo ur Rights Under th e Energy Reorgani zat ion Act".
 
(b) Under this Whistleblowe r Em ployee Protection law, as implemented by regulations, NRC contractor and subcontractor employees are protected from di sc harge, reprisa l, 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 em pl oyee(s) ha s prov id ed not ice to the employer, refused to engage in unlawful practices, assisted in proceedings or testified on activities concerning alleged violations of the Atomic En ergy Act of 1954 (as amended) and the E nergy Reorga nizat ion Act of I 974 (as amended).
 
(c) Th e contractor s hall inse rt this or the subs tance of this clause in any subcontracts invo lving work performed under this contract.
 
G R EEN P U R C HASI NG (SE P 201 S )
 
(a) In furtherance of the sustainable acquisition goals of Ex ecutive Order (EO) 13693, "Planning for Federal Sustainability in the Next Decade," products and serv ices provided under this contract/o rd e r shall be e nergy effi cient (EncrgyStar or Fede ra l Energy Management Pro gram - FEMP -dcsignatcd products),
water efficient, biobased, environmentally preferable (excluding EPEAT-registered products), non-ozone depleting, contain recycled content, or are non-or low toxic a lternatives or hazardo us constituents (e.g.,
non-VOC paint), where such products and services meet agency perfonnance requirements. See: Executive Order (EO) 13693, "Pla nning for Federal Sustainability in th e Next Decade."
 
(b) The NRC an d contractor may negotiate during th e co ntract term to pe rmit the sub stitution or a ddition of des ignated recycled co ntent products (i.e., Co mprehe ns ive Procurement Guidelines - CPG ), EPEAT registered products, EnergyStar-and FEMP designated energy efficient products and appliances, USDA designated biobased products (Biopreferred program), e nvironm e nt a lly preferable products, WaterSense and other water efficient products, products containing non-or lower-ozone depleting substances ( i.e.,
SNAP), and prod ucts containing non-or low-toxic or ha za rdous constituents (e.g., non-VOC paint), wh e n such products and servi ces are readily available at a competitive cost and satisfy the NRC's performance needs.
 
(c) Th e contractor shall flow down this c lause into all subcontrncts and other agreements that relate to performance of this contract/ord er.
 
USE O F AUT OM AT E D CLEA RI NG H OUSE (AC H) E L EC TRO N IC P AYM E NT /REM I TTANCE ADDR ESS
 
Th e Debt Co ll ect io n Improvem e nt Act of 1996 req uires that all Federal payments except IRS ta x refu nd s be made by Electronic Funds Transfer. It is the policy of the Nuclear Regulatory Commission to pay govenunent vendors by th e Automated Clear in g House (ACH) elec tronic funds transfer payment sys tem.
Item I 5C of the Standard Form 33 may be disregarded.
 
K ey per sonn el. (J AN 1993)
 
(a) The following individuals a rc co ns idered to be esse ntial to the successful pcrfonna ncc of the work hereunder:
 
(b )( 4)
*The contractor agrees that personnel may not be removed from the contract work or repl ace d without compliance with paragraphs (b) and (c) of this section.
 
(b) If o ne or more of the key personnel, for whatever reason, becomes, o r is expected to become,
unavailable for work under this co ntract for a cont inuou s period exceed ing 30 work days, or is expected to d evote substantia lly less effort to th e work than indicated in the proposal or initially anticipated, the contractor sha ll immediately notify the contracting officer and s h all, subject to the concurrence of the contracting officer, promptly rep lace the personnel with personnel of at least substantially e qual ability and qualifications.
 
( c) Each request for approval of subst itution s must be in writing and conta in a detailed explanation of the circumsta nces necessitating the proposed substitutio ns. The request must also conta in a comp lete resume for the proposed su bstitute and other information requested or needed by the contracting officer to evaluate the proposed substitution. The contracting officer and the project officer sha ll evaluate the contractor' s requ est and the contracting officer sha ll promptly notify the contractor of hi s or her decision in wr iting.
 
( d) If the contracting officer determ ine s that su itabl e an d timely replacement of key personnel who have been reassigned, terminat ed, o r hav e otherw ise become unav a il a bl e for the contract work is not reasonab ly forthcoming, or that the resultant reduction of p roduct i ve effor t would be so substa nt ia l as to im pair the succe ss ful completion of the contract o r the se rvice order, the contract m ay be terminat ed by the contracting officer for default or for the convenience of the Government, as appropriate. If the contracting officer finds the co ntra ctor at fault for the conditio n, the contract price o r fix ed fee may be equ itably adjusted downward to compensate the Government for any res ultant delay, loss, or damage.
 
NRCAR C la u ses In corpora t ed By F ull Text
 
2052.20 4 -70 Sec u r ity. (OCT 1999)
 
(a) Security/Classification Requirements Form. T he 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 h ave an NRC co ntrac t ual relation s hip that r equi res access to classified information or matt er, access o n a continuing basis (in excess of90 or more days) to NRC Headquarters contro lled buildings, o r otherwi se requires NRC photo identific a tion or card - key badge s.
 
(b) It is the contractor's duty to safeguard National Sec urity Informat io n, Re strict ed Data, and Fonncrly Restricted Data. The contractor shall, in accordance with the Commiss ion' s sec urity regu lati o ns a nd requ i rements, be responsible for safeguard in g National Secu rit y Information, Restricted Data, and Formerly Re stricted Data, and for protect ing against sabotag e, es piona ge, loss, and theft, the classified documents and material in the contractor's possession in connect ion with the performance of work under this contract. Except as otherwise expressly provided in this contract, the cont ractor s ha ll transmit to the Comm ission any c lassified 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 com pl et io n or termination of the cont ra ct; and
 
( ii) Approved by the contracting officer.
 
(2) The certification must identify the items and types or categories of matter retained, the conditions govern in g the retention of the matter and their period of reten tion, if known. If the retention is approved by the contracting officer, the security provisions of the contract continue to be applicab le to the matter retained.
(c) In connection with the performance of the work under this contract, the contractor may be furnished, or may d evelo p or acquir e, prop rie tary data (tra de secrets) or co nfident ia l or privil eged tec hnica l, bus in ess, or financial information, in c luding Commission plan s, polic ies, re ports,
financ ial plan s, inte rnal data protect ed by the Priva cy Act of 1974 (Pub. L. 93-579), or ot her informati o n which has not been re lease d to th e public or has bee n determ ined by th e Co mmi ss ion to be otherwise exempt from disclosure to the public. T he contracto r agrees to h old the in forma ti o n in confidence and not to direct ly or indirect ly duplicat e, disseminate, or di sc lose th e informati on, in whole or in part, to any ot he r person or o rganization except as nec essa ry to perfonn th e work under thi s contrnct. The contractor ag re es to re turn the information to the Co mmi ss io n o r otherwise dispose of i t at the dir ec ti o n o f the co ntra ctin g office r. Failure to co mpl y with this clause is grounds for termination of thi s contract.
 
(d) Regulations. The con tractor agrees to co nform to all secur ity regulat ions and requirements of th e Co mmi ss ion which are s ubj ect to ch ange as directed by the NRC Di v ision of Facilities a nd Security and the Co ntracting Offic e r. These changes wil l be under th e authority of the F AR Changes clause referenced in Section l of thi s document.
 
(e) Definition of National Security Inform ation. As used in this clause, the term National Security In fo rm at ion means inform atio n tha t has bee n de termin e d purs uant to Exec ut ive Order 12958 or any pred ecesso r order to require protection a ga inst unauthor ize d di sclosure and that is so d es ig nated.
 
(f) Definition of Re st ricted Data. As used in this clau s e, the term R estri cted Data means all data co nce rnin g d es ig n, manufa cture, or utili za tion of atom ic weapons ; the production of spec ial nucl ear material ; or t he use of specia l nu clear mat e rial in the pro duction of energy, but does not inc lude da ta dec lass i li e d or removed from th e Rest ri cted Data ca tego ry und er to Section 142 of the Atomic En ergy Act of 1954, as amended.
 
(g) Definition of Fom1erl y Restricted D ata. As used in th is c lau se the term Formerly Restrict e d Data means all data removed from the Restricted Data category under Sect ion I 42-d of the Atomic Energy Act of 1954, as ame nd ed.
 
(h) Sec urity c lea ra nce p e rsonnel. Th e contractor may no t pe rmit any indiv idua l to hav e access to Restr icted Data, Formerly Re stricted Data, or other classified information, except in accordance w ith th e Atomic En e rgy Act of 1954, as amended, and the Co mmi ss io n' s regulation s o r requir e ment s app licable to th e particu lar typ e or category of c lass ified information to which acces s is requir ed. The con t ractor sha ll a lso execute a Stan d ard Form 312, Classified Informatio n Nondisc losure Agreement, when acce ss to class ified information is required.
 
(i) Criminal li abiliti es. Disc losure of Nationa l Security I nformation, R estric te d Data, a nd Fonncrly Re stricted Data relatin g to the wo rk or se rvice s o rdered he re under to any perso n not entitl e d to rec e ive it, o r fai l ure to safeg uard any Re stricted Data, Formerly Restric ted D ata, o r any o th er c lass ified matte r that may com e to the contracto r or any person under th e co ntra c to r's control in connection wit h work under this contract, may subject the contractor, its agent s, employees, or s ubcon tractors to cr imin a l liabi l ity under th e law s of the United S tate s. (See the Atom ic E n ergy Act of I 954, as amended, 4 2 U.S.C. 20 11 et seq.; 18 U.S.C. 793 and 794; and Executive Order 12958.)
 
U) Subcontracts and purchase orders. Exce pt as otherwise authorized, in writing, by the contracting officer, the contractor s hall inse rt prov ision s similar to the forego in g in a ll subcontracts and purchase orders under this contract.
 
(k) In perfonnin g contra ct work, the cont ra ctor s hall c lassify a ll document s, material, and eq uipm e nt or iginated or generated by th e co ntract o r in acco rda nce with guid a nce issue d by th e Commissio n. Every s ub contract and purcha se o rde r issue d und er th e contrnct that involves originating or generating c lass ified document s, material, and equipment mu st provide that the subcontractor or supp lier assign the proper classification to all documents, material, and e quipme nt in accordance with guidance furnished by the contractor.
 
(End of C lause)
 
I - C ontract C lauses
 
2052.209-72 C ontractor organizational conflicts of interest. (JAN 1993)
 
(a) Purpose. The primary purpose of t his clause is to aid in ensuring that the contractor:
 
(I) Is not placed in a conflicting rol e because o f current or planned interests (financial, contractual, organizational, or othe rwise) whic h re la te to th e work under th is contract; and
 
(2) Docs not ob ta in an unfair co mp e titive advantag e over othe r parties by virtue of its perfonnance of this co ntract.
 
(b) Scope. The restrictions described apply to perfonna ri ce or participation by the contractor, as defined in 48 CF R 2009.570-2 in the activities covered by this cl ause.
 
(c) Work for others.
(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 all 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.


(I) Notwithstanding any other prov ision of thi s contract, during the te rm of thi s contract, th e contractor ag rees to forego e nt ering into consu lting or oth er contractual arrangements with any firm or organization the result of which may giv e rise to a conflict of inte r est with respec t to the work being p erfo rm e d unde r this co ntrac t. Th e contractor s hall e ns ure that al l e mployee s under thi s co ntract abide by th e provis ion of th is c lause. lfthe contractor ha s reason to believe, with respect to itself or any employee, th at any proposed co ns ulta nt or other co ntractu a l arra nge ment with any firm or organization may involv e a potential conflict of interest, th e contractor shall obtain the written approva l of the co ntracting officer before th e execution of such co ntractual arrangement.
(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.
(2) The contractor may not represent, assist, or otherwise support an NRC li censee or app li cant undergoing an NRC audit, inspec ti on, or re view w here th e activ it ies that are the subject of the audit, inspection, or review are the same as or substantially s imilar to the se rvi ces within the scope of this con trac t (or tas k 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 qu est ions.
(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) Wh e n th e contractor performs work for the NRC unde r this contract at a ny NRC licensee or app li cant s ite, th e contractor s hall ne ither so licit nor perform work in the sa me or similar te chnical area for that li censee or ap pli cant organi zation fo r a period commencing with the award of the tas k o rd e r or beg inning of work on th e s ite (if not a tas k order contract) and endin g one year after completion of a ll work under th e assoc iated tas k order, or last tim e at th e si te (if not a ta sk orde r co ntract).
(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.
(4) When the contractor performs work for the NRC under this contract at any NRC li ce nsee or app li cant site,
 
(i) Th e co ntrac tor may not so li c it work at that s ite for that licensee or app lica nt dur ing the period of performance of the task order or the contract, as a pp ropriate.
 
( ii) The co ntractor may not p erfo rm work at that s ite fo r that licensee or app li cant during the period of performance of the tas k order or the co ntract, as appropriate, and for one year thereafter.
(iii) Notwithstanding the foregoing, the contracting officer may authorize the contractor to so licit or perform this type of work (exce pt work in th e same or s imi lar technical area) if the contractin g officer determines that the situation will not pose a potential for technical bias or unfair competitive advantage.
 
( d) Disclosure after a ward.
 
(I) T he contractor warrants that to the best of its know ledge and be li ef, and except as otherwise se t forth in this contract, that it do es not have any o rganizational conflicts of interest as defined in 48 CFR 2009.570-2.
 
(2) The contractor agrees that if, after award, it di scove rs organiza tiona l conflicts of interest with respect to this contract, it shall make an in1mediate and full disclosure in writing to the contracting officer. Thi s statement mu st inc lud e a descriptio n 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 th e best interest of the Government.
 
(3) It is recognize d that the scope of work of a ta sk-order-type contract necessarily encompasses a broad spectrum of activities. Consequently, if this is a task-order-typ e contract, th e contractor agrees that it will disclose a ll propos ed new work involving NRC li ce ns ees or applicants which comes within the scope of work of the underlying con tract.
Further, if thi s contract involv es work at a lice nsee or app licant site, the contractor agrees to exerc ise dili ge nce to di scove r and disc lose a ny ne w work at that licensee or app licant s ite. This disclosure must be made before the s ubmi ss ion of a bid or proposal to the utility o r other reg ulated en tity and must be rece iv ed by the NRC at least I 5 days before the proposed award date in any event, unless a written justification demonstrating urgency and du e diligence to di scover and disclose is provided by th e co ntractor and approved by the contractin g officer. Th e disclosure must include the statement of work, the dollar value of the proposed contract, and any other documents th at are needed to fully descr ibe the proposed work for the regulated utility or other regulated entity. N RC may deny approval oftbe disclosed work only when the NRC has issued a task order which includes the technical area and, if site-sp ecific, the s ite, or has plans to iss ue a task order which includes the technical area and, if s ite-specific, the s ite, or when th e work violates paragraphs ( c )(2), ( c )(3) or ( c )( 4) of thi s section.
 
(e) Access to and use of information.
(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.


(I) If, in the performance of this contract, the contractor obtains access to information, s uch as NRC pl ans, policies, reports, studi es, financial plans, intern a l data protected by the Privacy Act of 1974 (5 U.S.C. Section 552a ( 1988)), or the Freedom oflnformati o n Act (5 U.S.C. Section 552 ( 1986)), the contractor agrees not to:
(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.
(i) Use this information for any private purpose unti l the information has been re leased to the public;
(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.
(ii) Com pete for work for th e Commission based on th e information for a period of six months after either the completion of this contract or the re lease of th e informatio n to th e public, whi c hever is first ;
(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.
( iii) Submit an un so li c ited proposal to th e Government based on the information until one year after th e release of the information to the public; o r
( 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.
( iv) Release th e information without prior w ritten approva l by th e contracting officer unless the infonnation has previous ly been released to the public by the NRC.
(2) Nothing in this paragraph precludes the contractor from offering or selling its standard commercial items to the Government.
(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 th e Freedom oflnformation Act (5 U.S.C. Section 552 (1986)), or othe r confidenti al or privileged technical, bus in ess, or financial information under thi s contract, the contractor shall treat th e in formation in accordance with rest rictions p laced on use of the informat ion.
 
(3) S ubject to patent and security provisions of this contract, the contractor sha ll have the right to use technical data it produces under th is contract for private purposes prov ided that all requirements of this co ntract have been met.
 
(t) Subcontracts. Except as provided in 48 C FR 2009.570-2, the co ntractor shall in c lude thi s clause, including this paragraph, in subcontracts of any tier. The terms contract, contractor, and contracting officer, mu st be ap propriate ly modified to preserve the Government's rights.
 
(g) R emed ies. For breach of any of the above restrictions, or fo r intentional nondisclosure or misreprese ntation of any relevant interest required to be di sclosed concernin g thi s contract or for s uch e rroneous representations that necessarily imply bad faith, the Government may term inate the co ntract for default, disqual ify the contractor from subseque nt contractual efforts, and pursue other re med ies permitted by law or this contract.
 
(h) Waiver. A req uest for waiver under this clause must be directed in writing to the contracting officer in accordance with th e procedures outlined in 48 CFR 2009.570-9.
 
(i) Fo llow-on effort. The contractor shall be ineligible to participate in NRC contracts, subcontracts, or proposals therefor (solicited or unsoli cited) which stem directly from the contractor's performance of work under this contract. Furthennore, un less so directed in writing by the contracting officer, the contractor may not perform any technical consulting or management support serv ices work or eva luation activ iti es under this contract on any of its products or services or the products or se r vices of another firm if the contractor has been subs tantially involved in the development or marketing of the products or serv ic es.
 
( 1) If the contractor under thi s contract, prepares a comp le te or essentiall y comple te statement of work or specifications, the co ntractor is not el igible to perform or pa11icipate in th e initial contractual effort which is based on the stateme nt of work or specifications.
The contractor may not incorporate its products or services in th e sta te ment of work or specifications unless so directed in writing by th e contracting officer, in which case the restrictions in this paragraph do not apply.
 
(2) Nothing in thi s paragraph preclu des the contractor from offering or se lling its standard co m mercial items to the Government.
 
(End of Clause)
(End of Clause)
J - List of Doc um e nt s, Ex hi bits and Ot h er Attac hm en ts
J - List of Documents, Exhibits and Other Attachments Attachment Title Date Number Number of Pages I - Instructions_ I PP Billing Instructions for Labor-07/14/202 1
 
[Hour or Time-and-Materials Contracts I
Attac hm ent T itl e Dat e Numb e r Numb er of Page s I Attachment 1-In structions_ I PP Billing In structions for Labor- 07/14/202 1 I
[Hour or Time -and-M aterials Contracts U..d S.... 1 N.Jnr l.rpl 111Hr ea-111111.,.
"'-rrl,,,,_,,, _,w E,,,;,.._,
Version Co ntro l Date: A u g u st 16, 20 17
 
ATTACHMENT 1
 
BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017)
 
General : During performance and through fina l payment of this cont ract, the contractor is responsible for the accuracy and comp leteness of data within the System fo r Awa rd Management (SAM) database and the Invoice Processing Platform (IPP) system and for any liability resulting from the Government's reliance o n inaccurate or incomplete SAM and/o r IPP data.


The contractor sha ll prepare invoices/vouchers fo r payment o f deliverables identified in the contract, in the manner described herein. FAILURE T O SUBM IT INVOICES/VOUCHERS IN ACCORDA N CE WITH THESE INSTRUCTIONS MAY RESULT IN REJECTION O F THE INVOICE/VOUCHER AS IMPROPER.
U..d S....1 N.Jnr l.rpl111Hr ea-111111.,.
 
"'-rrl,,,,_,,, _,w E,,,;,.._,
Elec tronic lnvoic eNoucher Submissions : In vo ices/vouchers sha ll be subm itted electronically to the U.S. Nuclear Regu lato ry Comm ission (NRC) is thro u gh the Invoice Processing Platform (IPP ) at www.ipp.gov.
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.
Purchase of Capital Property: ($50, 000 or more with life of one year or longer)
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.
Contractors must report to th e Contracting O fficer, electronically, any capital property acquired w ith cont ract funds having an initial cost of $50,000 o r more, in accordance with procedures set forth in NR C Management Direc tive (MD) 11. 1, NRC Acquis ition of Supplies and Serv1ices.
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 w ill be made by the office designated in the cont ra ct in Block 12 of the Standard Form 26, or Block 25 of the Standard Form 33, whichever is applicable.
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.
Frequ ency : T he contractor sha ll submit claims for reimbursement once each month, unless otherwise author ized 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.
Supporting Documentation : Any support ing documentation required to substantiate the amo u nt billed shall be included as an attachment to the invoice created in IPP. If the necessary support ing documentation is not inc luded, the invoice will be rejected.
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".  
Task Order Contracts : The cont racto r must submi t a separate invoice/voucher for each individual task o rder with detailed cost information included as Supporting Documentation. This includes all app licab le cost e lements and other items discussed in parag raphs (a) through U) o f the attac hed instruction s.
 
Billing of Costs after Expiration of Contract: If costs are inc ur red during the contract pe riod and claimed after the contract has exp ired, you must cite the period dur ing which these cos ts were incurred. To be considered a proper expira tion invoice/voucher, the contractor shall c learly m a rk it "EXP IRATION INVOICE" o r " EXP IRA TI O N VOUC HER ".
 
Final invoices/vouchers sha ll be marked "F INAL INVO ICE" o r "FINAL VOUCHER".
U..d S.... 1 N.Jnr l.rpl111Hr ea-111111.,.
"'-rrl,,,,_,,, _,w E,,,;,.._,
Version Co ntro l Date: August 16, 2017
 
ATTACHMENT 1
 
BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017)
 
Currency : In voices/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).


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?
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 you r company is cu rrently registered in IPP and doing business with other Federal Age n cies 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.
If your company is not currently registered in IPP, please note the following :
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 email, will contain a temporary password.
* You will be receiving an invitation to register for I PP from IPP Customer Support,
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.
STLS. IPPHELPDESK@st ls.frb.org.
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.
* IPP Customer Support will send you two emails: the first email will contain the initial administrative IPP User ID and th e second email, sent within 24 hou rs of receipt of the first emai l, will contain a temporary password.
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.
* Please add the Customer Support email address (S TLS.IPPHELPDESK@ stls.frb.org ) to your address book so you do not disregard these emails o r mistake them for spam.
What type of is training provided?
* 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.
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.
* Registration is comp lete when the initia l administrative user logs into the IPP web site w ith the User ID and password provided by T reasury and accepts the ru les of behavior.
 
What type of is training prov ided?
 
Vendor training materials, including a first time login tuto rial, user guides, a q u ick reference gu ide, and frequ ent ly asked questions are ava ilab le 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?
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.


Treasury's IPP Customer Support team provides vendor assistance related to the IPP applica tion, and is a lso available to assist IPP users and to answe r any questions related to accessing IPP or complet ing the registration process. IPP app licat ion support is also ava ilab le via phone at (866) 973-3131, Monday through Friday from 8:00 am to 6 :00 pm ET, and via email at IPPCustomerSupport@fisca l.treasury.gov.
U..d S....1 N.Jnr l.rpl111Hr ea-111111.,.  
 
"'-rrl,,,,_,,, _,w E,,,;,.._,
Specific questions regarding your contract or task order should be d irec ted to the appropr ia te NRC Contracting Officer.
Version Control Date: August 16, 2017 ATTACHMENT 1 BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017)
U..d S.... 1 N.Jnr l.rpl111Hr ea-111111.,.
"'-rrl,,,,_,,, _,w E,,,;,.._,
Version Co ntro l 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)
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.
: 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 invo ice period. Specify the Contrac t Line Item Number (CUN) or SubCLIN, as app licab le, and information pertaining to the contract's labor categories/positions, and corresponding authorized hours.
: 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
: 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,
$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.
(4) serial number, (5) acquis ition 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.
: 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 Category Hours Billed Burdened Hourly Rate Cumulative 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


e. Charges fo r freight o r express shipments. Attach prepa id bill if shipped by freight or express.
U..d S....1 N.Jnr l.rpl111Hr ea-111111.,.  
: f. Instructions. Include instructions to consignee to notify the Cont racting Officer of receipt of shipment.
"'-rrl,,,,_,,, _,w E,,,;,.._,
: g. Direct Costs. Insert the amount billed for the fo llowing cost elements, adjustments,
Version Control Date: August 16, 2017 ATTACHMENT 1 BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017) for which 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.
suspensions, and total amounts, for both the current billing period and for the cumu lative period (from contract inception to end date of this billing period).
: 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.
1. Direct (Burdened) Labor. This consists of sa laries and wages paid (or accrued) for direct performance of the contract itemized, including a burden (or load) fo r indirect costs (i.e., fringe, overhead, General and Administrative, as applicab le), and profit component, as follows:
: 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:
Labor Hours Burdened Cumulative Category Billed Hourly Rate Total Hours Billed
Start Date From To Destination From To Costs (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.
2. Contractor-acquired property ($50,000 or more). List each item cost ing $50,000 or more and having a life expectancy of more than one year. List on ly those items o f equipment U..d S.... 1 N.Jnr l.rpl111Hr ea-111111.,.
: h. Total Amount Billed. Insert columns for total amounts for the current and cumulative periods.
"'-rrl,,,,_,,, _,w E,,,;,.._,
: i.
Version Co ntro l Date : August 16, 2017
Adjustments. Insert columns for any adjustments, including outstanding suspensions for unsupported or unauthorized hours or costs, for the current and cumulative periods.
 
: j.
ATTACHMENT 1
Grand Totals.  
 
BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017)
 
for w hich reimbursement is requested. For each such item, list the fo llowing (as applicable): (a) an item descr iption, (b) m anufactu rer, (c) model number, (d) serial number, (e) acqu isition cost, (f) date of purchase, and (g) a copy of the pu rchasing do c um ent.
: 3. Cont ractor -acqui red property (u n der $50,000), Materials, and Supplies. These are equipment other than that described in (2) above, plus consumable materials and supp lies. List by category. List items valued at $1,000 or more separately. Prov ide the item num ber for eac h piece of equip m ent valued at $1,000 o r m ore.
 
4. Materia ls Handling Fee. In d irect costs allocated to d irect materia ls in accordance the contractor ' s usua l accounting procedures.
 
5. Consultant Fee. The supporting informat ion must include the name, hour ly or daily rate of the consultant, and reference the NRC approval (if not specifically approved in the original contract).
: 6. Travel. Tota l costs associated with each trip must be shown in the following fo rm at:
 
Start Date Destina tion Costs From To From To $
 
(Must include separate deta iled costs for a irfare, per diem, and other transportation expenses. All costs must be adequately supported by copies of receipts o r other documentation. )
 
7. S ub contracts. Inclu de separate detailed breakdown of a ll costs paid to approved subcontractor s during the b illing period.
: h. Total Amo u n t Billed. Insert columns for total amounts for the current and cumu lative periods.
: i. Adjustments. In sert co lumn s for any adjustments, including outstand ing suspensio n s for unsupported o r unauthor ized h ours or costs, for the cu rrent and cumulat ive pe riods.
: j. Grand T ota ls.
U..d S.... 1 N.Jnr l.rpl111Hr ea-111111.,.
"'-rrl,,,,_,,, _,w E,,,;,.._,
Version Co ntro l Date : August 16, 2017
 
ATTACHMENT 1
 
BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017)
: 3. Sampl e lnvoiceNoucher Information (to be included as an attachment)
 
Sample lnvoiceNo ucher Information (Supporting Documentation must be attached)
 
This invoice/voucher represents reimbursable costs fo r the billing period from _ _ through __.
 
Amount Billed Current Period Cumulative (a) Direct Costs
 
( 1) Direct burdened labor $ $
(2) Government property ($50,000 o r more) $ $
(3) Government property, Materials, and Supp lies (under $50,000 per item) $ $
(4) Materials Handling Fee $ $
(5) Consultants Fee $ $
(6) Trave l $ $
(7) Subcontracts $ $
 
Total Direct Costs: $ $
 
{b) Total Amount Billed $ $
 
(c) Adjustments (+/-) $ $
 
(d) Grand Total $ $
 
(The invo ice/vo u che r format provided above mu st include information simila r to that included be low in the following to ensu re accu racy and completeness.)
 
SAMPLE SUPPORTING INFORMATION
 
The budget information provided below is for format purposes only and is illustrative.


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:
Cost Elements:
: 1) Direct Burdened Labor - $4,800
: 1)
 
Direct Burdened Labor - $4,800 Labor Category Senior Engineer I Engineer Hours Billed 100 50 Burdened Rate
Labor Hours Burdened Cumulative Category Billed Rate Total Hour s Billed Senio r 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.,.
$28.00  
"'-rrl,,,,_,,, _,w E,,,;,.._,
$20.00 Total
Version Co ntro l Date : August 16, 2017
$2,800
 
$1,000 Cumulative Hours Billed 975 465
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 Spectromete r - item number 1000-0 1 = $60,000
: 3) Government-furnished and contractor-acquired prope rty (unde r $50,000), Materia ls, and Supp lies - $2,000
 
10 Rado n tubes@ $ 1 10.00 = $1,100 6 Pairs Electrostatic gloves@ $150.00 = $ 900
$2,000
: 4) Mate ria ls H and ling Fee - $40
 
(2% of $2,000 in item #3)
: 5) Consultants' Fee - $100
 
Dr. Carney - 1 hour fu lly -burd ened @ $ 100 = $ 100
: 6) Travel - $2,640
 
(i) Airfare: (2 Roundtrip trips for 1 person @ $300 per r/t tic ket)
 
Start Date End Date Days Fro m 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 Ph iladelphia, 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. )
 
T otal 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
U..d S....1 N.Jnr l.rpl111Hr ea-111111.,.
"'-rrl,,,,_,,, _,w E,,,;,.._,
: 2)
: 3)
: 4)
: 5)
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
$4,800 Burdened labor rates must come directly from the contract.
320 1,760 hrs.
Government-furnished and contractor-acquired property ($50,000 or more) - $60,000 Prototype Spectrometer - item number 1000-01 = $60,000 Government-furnished and contractor-acquired property (under $50,000), Materials, and Supplies - $2,000 10 Radon tubes@ $110.00 6 Pairs Electrostatic gloves@ $150.00 Materials Handling Fee - $40 (2% of $2,000 in item #3)
Consultants' Fee - $100
= $1,100
= $ 900
$2,000 Dr. Carney - 1 hour fully-burdened @ $100 = $100
: 6)
Travel - $2,640
: 7)
(i)
Airfare: (2 Roundtrip trips for 1 person @ $300 per r/t ticket)
Start Date 4/1/201 1 7/1/2011 End Date 4/7/201 1 7/8/201 1 Days From 7
Philadelphia, PA 8
Philadelphia, PA (ii)
Per Diem: $136/day x 15 days= $2,040 Subcontracting - $30,000 Company A Company B
= $10,000
= $20,000
$30,000 To Wash, D.C.
Wash, D.C.
Cost
$300
$300 (EX: Subcontracts for Companies A & B were consented to by the Contracting Officer by letter dated 6/15/2011. )
Total Amount Billed
$99,580


Material handling costs. When included as part of material costs, materia l hand ling 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.}}
Version Control Date: August 16, 2017 ATTACHMENT 1 BILLING INSTRUCTIONS FOR TIME-AND-MATERIALS/LABOR-HOUR TYPE CONTRACTS (AUG 2017)
Adjustments (+/-)
Grand Total
: 4. Definitions 0
$99,580 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.}}

Latest revision as of 19:26, 27 November 2024

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

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

11. CONTRACT ID CODE I PAGE 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 US NRC -

HQ ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN-07B20M WASHI NGTON DC 20555-0001

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

NGINEERING MECHANICS E

A 3

s C

TTN GARY HATTERY 518 RIVERSIDE DRIVE UI TE 202 OLUMBUS OH 432211735 CODE 014083161 CORPORATION OF COLUMBUS FACILITY CODE

7. ADMINISTERED BY (lfother/han Item 6)

CODE I 12 9A. AMENDMENT OF SOLICITATION NO.

9B. DATED /SEE ITEM 11)

X 10A. MODIFICATION OF CONTRACT/ORDER NO.

31310020D0003 31310020F0101 10B. DATED /SEE ITEM 13) 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 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 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 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:

52. 243-2 CHANGES - COST-REIMBURSEMENT. (AUG 1987) -

ALTERNATE I (APR 1984)

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 all 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 Task Order Ceiling : $1, 913, 447. 00 (changed)

Pe riod of Pe rformance : 09/29/2020 to 09/30/2024 Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 1 0A, as heretofore changed, remains unchanged and in full force and effect.

1 SA. NAME AND TITLE OF SIGNER (Type or print) 15B. CONTRACTOR/OFFEROR (Signature of person authorized ro sign)

NSN 7540-01-152-8070 Previous edllion unusable 15C. DATE SIGNED 16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print)

MONIQUE B. WILLIAMS TEL: 301-415-6971 EMAIL: Monique.Williams@nrc. gov 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

~

-f\\,I ""-'"'I--~ I~

L.Jdua-1s1gnoturo of Contracting Officer) 12/26/2020 STANDARD FORM 30 (REV. 10-83)

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 0005 Indirect Cost Pool (includes Fringe, 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 - List 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 I PAGE 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 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)

NGINEERING MECHANICS E

A 3

s C

TTN GARY HATTERY 518 RIVERSIDE DRIVE UI TE 202 OLUMBUS OH 432211735 CODE 014083161 CORPORATION OF COLUMBUS FACILITY CODE

7. ADMINISTERED BY (If other than Item 6)

CODE I

~

9A. AMENDMENT OF SOLICITATION NO.

98. DATED /SEE ITEM 11)

X 10A. MODIFICATION OF CONTRACT/ORDER NO.

31310020D0003 31310020F0101 108. DATED /SEE ITEM 13) 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 ncrease :

$100, 000. O O 2021-X0200-FEEBASED-60-60D001-60B101-1032-l l-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 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 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)

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 task order modification 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.

Total Obligated Amount : $430, 000. 00 (changed)

Total Task Order Ceiling : $1, 913, 447. 00 (unchanged)

Pe riod of Perf ormance : 09/29/2020 to 09/30/2024 Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 1 0A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print) 158. CONTRACTOR/OFFEROR (SJ9noture of porson outhon'zod to sign)

NSN 7540-01-152*8070 Previous edition unusable 15C. DATE SIGNED 16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print)

Margo Katzper TEL: 301-415-3364 EMAI L: margo. katzper@nrc.gov 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

~

a- ~

02/03/2021 (Slgnaturo of Contracllllfl Officer)

STANDARD FORM 30 (REV. 10-83)

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 I PAGE 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 US NRC -

HQ ACQUISITION MANAGEMENT DI VISION MAIL STOP TWFN- 07B20M WASHI NGTON DC 20555-0001

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

NGI NEERING MECHANICS E

A 3

s C

TTN GARY HATTERY 518 RI VERSIDE DRIVE UI TE 202 OLUMBUS OH 432211735 CODE 014083161 CORPORATION OF COLUMBUS FACILITY CODE

7. ADMINISTERED BY (If other than Item 6)

CODE I

~

9A. AMENDMENT OF SOLICITATION NO.

98. DATED /SEE ITEM 11)

X 10A. MODIFICATION OF CONTRACT/ORDER NO.

31310020D0003 31310020F0101 108. DATED /SEE ITEM 13) 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 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 ncrease :

$274, 279. O 3 2021-C0200-FEEBASED-60-60D001-60B101-1032-11-6-154-252A-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 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 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)

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 task order modification 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 Obligated Amount : $704, 279. 03. 00 (changed)

Total Task Order Ceiling : $1, 913, 447. 00 (unchanged )

Pe riod of Perf ormance : 09/29/2020 to 09/30/2024 Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 1 0A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print) 158. CONTRACTOR/OFFEROR 15C. DATE SIGNED (SJ9noture of porson outhon'zod to sign)

Previous edition unusable 16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print)

Margo Katzper 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

~

a- ~

03/09/2021 (Slgnaturo of Contracllllfl Officer)

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 I PAGE 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 US NRC -

HQ ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN-07B20M WASHI NGTON DC 20555-0001

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

NGINEERING MECHANICS E

A 3

s C

TTN GARY HATTERY 518 RI VERSIDE DRIVE UITE 202 OLUMBUS OH 432211735 CODE 014083161 CORPORATION OF COLUMBUS FACILITY CODE

7. ADMINISTERED BY (lfother/han Item 6)

CODE I 12 9A. AMENDMENT OF SOLICITATION NO.

9B. DATED /SEE ITEM 11)

X 10A. MODIFICATION OF CONTRACT/ORDER NO.

31310020D0003 31310020F0101 10B. DATED /SEE ITEM 13) 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-60-60D001-60Bl 07-1032-11-6-154-251A-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 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 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 MITATION OF FUNDS 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 Interim Technical Letter Report (TLR) updates in response to NRC staff review comments weekly and to revise t he due date for Task 1 Final TLR to September 10, 2021 ; (2) provide incremental 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 Contracti ng Officer ' s Representative (COR) to Matthew Homiack and 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 rom any and all l iabi l ity under this contract for furthe r equitable Continued...

Except as provid eel herein, all terms and conditions of the document referenced in Item 9 A or 1 0A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED (Signature of person authorized ro sign)

Previous edition unusable 16A. NAME AND T ITLE OF CONTRACTING OFFICER (Type or print)

MONIQUE 8. WILLIAMS 16B. UNITED STATES OF AMERICA

~

-f\\,I ""-'"'I--~ I~

L.Jdua-1s1gnoturo of Contracting Officer) 16C. DATE SIGNED 08/30/2021 STANDARD FORM 30 (REV. 11/2016)

Prescribed by GSA FAR (48 CFR) 53.243

REFERENCE NO. OF DOCUMENT BEING CONTINUED CONTINUATION SHEET 31310020D0003/31310020F0101/P0000S NAME OF OFFEROR OR CONTRACTOR ENGI NEERI NG MECHANICS CORPORATION OF COLUMBUS ITEM NO.

(A )

SUPPLIES/SERVICES

( B) adjustments attributable to such factors or circumstances gi 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 other terms and condit ions of t he task order remain the same.

Per iod of Performance : 09/29/2020 t o 09/30/2024 NSN 7540-01-152-8067 QUANTITY UNIT (C )

(D)

UNIT PRICE (E )

OF AMOUNT (F)

OPTIONAL FORM 336 (4-86)

Sponsored by GSA FAR /48 CFR\\ 53.110 23

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 Facilities," 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 capabilities 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 also 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 guidance 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 validity of the code's results, and (d) leverages expertise of the users as they identify code deficiencies and errors and propose fixes. Public distribution 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] NUREG-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 fleet 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 could 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 Analysis 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 submission. 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 O 1, 2021.

Thereafter, the Contractor shall support the NRC staffs 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 result of this review process to the Contractor. The Contractor shall address all comments and prepare 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 finalize 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 also 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 include 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 NRC 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 responding to questions about operation of the code and the models contained therein The Contractor shall respond to all NRC staff user support requests within 2 business days.

Supp01t shall 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 hours3.472222e-5 days <br />8.333333e-4 hours <br />4.960317e-6 weeks <br />1.1415e-6 months <br />, 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:

needs developing inputs performing analyses using 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 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 Deliverables: Task 2a deliverables are as required! by the xLPR Software Maintenance Plan depending on the scope of the pa1ticular maintenance activities assigned by the COR.

Task 2b deliverables 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 held. 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 held.

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 with 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 Deliverables: 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 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 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, files, 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 1 Analysis Plan Updates Biweekly until the Contractor completes all the analyses 1 Analysis information (e.g., code input Submitted as the analyses are and output files) completed 1 In-progress TLR drafts Submitted monthly 1 Completed TLR March 01, 2021 1 Interim TLR updates in response to Submitted weekly during the review 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.

2b Draft xLPR User Group presentation No later than 15 days before the 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 3 Draft ASME B&PV Code meeting No later than 2 weeks before each presentation materials meeting Final ASME B&PV Code meeting No later than I week before each 3

presentation materials incorporating any meeting comments from the COR Letter report summarizing the topics, 3 discussions, and any presentations No later than 2 weeks after each of the 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 4

Final TLR incorporating any comments comments. If applicable, revisions are 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 All of the work effort catTied out and the labor hours expended on each labor month 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

Project Manager (PM) 31310020D0003/31310020F0101 l)B.S. in Engineering, Science, or similar technical

field, 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
  • Demonstrated experience managing computer code maintenance and development activities
  • Knowledge of piping fracture issues in light-water treactor nuclear powerplants
  • 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

Subject Matter Expert (SME) 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 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 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 14

31310020D0003/31310020F0101 l.Ph.D. in Engineering, Science or similar technical

field, IAnd, 2.Minimum combined 10 years' experience covering all

~he following key technical areas:

  • Expertise in probabilistic fracture mechanics computer code maintenance, development, and applications
  • 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

/

1

/

h/

.c:

d h

l) 1nrc regu atory researc sa1etyco es. tm

  • 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 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

Technical Reviewer 31310020D0003/31310020F0101 l.M.S. in Engineering, Science or similar technical

field, 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
  • Knowledge of piping fracture issues in light-water ireactor nuclear power plants
  • 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 and maintenance of the xLPR code, as needed for this project per the CO R'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 facility 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 Various Rockville, TBD 2

Up to 3 NRC MD Task Planning or 1

Rockville, TBD 3

Up to 3 Results Presentation MD xLPRCode Maintenance, 2

TBD TBD 3

Up to 2 Development 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 Various Rockville, 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 Various Rockville, 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 Various Rockville, 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 Travel 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 circumstances 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 equivalent 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-services/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 resulting 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 07/21/2021

a. NAME OF CONSIGNEE
3. ORDER NO.
14. REQUISITION/REFERENCE NO.

31310021F0071 RES-2 1-0268 NUCLEAR REGULATORY COMMISSION

5. ISSUING OFFICE /Address correspondence lo}
b. STREET ADDRESS US NRC -

HQ NUCLEAR REGULATORY COMMISSION ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN- 07B20M WASHINGTON DC 20555-0001

c. CITY Id. 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
a. PURCHASE X b. DELIVERY
c. STREET ADDRESS REFEREN CE YOUR 3518 RIVERSIDE DRIVE E* cept for billing Instructions on the SUITE 202 reverse, this delivery order is 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 lo the terms and and conditions specified on both sides of conditions of lhe above-numbered
d. CITY

, e. STATE I r. z IP CODE this order and on the attached sheet, If contract.

COLUMBUS OH 432211735 anv, includlnQ delivery as indicated.

9. ACCOUNTING AND APPROPRIATION DATA
10. REQUISITIONING OFFICE See Schedul 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 I b. ACCEPTANCE Destination Destination 30
17. SCHEDUL E /See reverse for Rejections)

QUANTITY UNIT QUANTITY ITEM NO.

SUPPLIES OR SERVICES ORDERED U NIT PRICE AMOUNT ACCEPTED (a)

(b)

(c)

(d)

TECHNICAL SUPPORT FOR COMPONENT INTEGRITY ASSESSMENTS Accounting Info :

2021-X0200- 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
a. NAME SEE BILLING INSTRUCTIONS
b. STREET ADDRESS ON REVERSE (or P.O. Box)
c. CITY PARKERSBURG
22. UNITED STATES OF AMERICA BY (Signature)

AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION NOT USABLE

21. MAIL INVOICE TO:

FISCAL ACCOUNTI NG PROGRAM ADMIN TRAINING GROUP AVERY STREET BUREAU OF THE FISCAL SERVICE PO BOX 1328 r*:TE 07/21/2021

~-a- ~

(el (f)

(g)

20. INVOICE NO.

17(h)

TOTAL (Cont.

pages)

$0. 00 A3-G 17(i)

GRAND TOTAL

e. ZIP e,vDE

$255, 212. 08 26106-1328

23. NAME (Typed)

Margo Katzper TITLE: CONTRACTING/ORDERING OFFIC ER OPTIONAL FORM 347 (Re,. 2120121 Pre$Cl'lb0d by GSA/FA.R 48 CFR 53 213(')

ORDER FOR SUPPLIES OR SERVICES SCHEDULE - CONTINUATION IMPORTANT : Mark all oackaaes and oaoers with contract and or order numbers.

DATE OF ORDER

!CONTRACT NO.

07/21/2021 31310020D0003 ITEM NO.

SUPPLIES/SERVICES (a)

(b) 08/31 / 2024 TOTAL CARRIED FORWARD TO 1 ST PAGE !ITEM 17(Hl!

AUTHORIZED FOR LOCAL REPODUCTION PREVIOUS EDITION NOT USABLE QUANTITY ORDERED (c)

UNIT UNIT PRICE (d)

(e)

PAGE NO 2

I ORDER NO.

31310021F0071 AMOUNT QUANTITY (f)

$0.00 ACCEPTED (g)

OPTIONAL FORM 348 JRe,. 4/20061 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....................................................................................................................... I 0 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 Labor Category Contract QTY Unit Unit I Amount Type Price Project Manager (PM)/

Labor Hour HOUR Sr. Tech Reviewer (STR) 24/240 Subject Matter Expert (SM E)

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 Labor Category Contract Qli'Y Unit Unit I Amount Type Price Project Manager (PM)/

Labor Hour 12/120 HOUR Sr. Tech Reviewer (STR)

Subject Matter Expert (SM E)

Labor Hour 80 HOUR (b )(4)

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 NOT TO EXCEED SUBTOTAL:

FY 2023 -TASKS l & 2 Labor Category Contract Type Project Manager (PM)/

Labor Hour Sr. Tech Reviewer (STR)

Subject Matter Expert (SME)

Labor Hour Sr. Tech Reviewer (STR)

Labor Hour Technical Reviewer (TR)

Labor Hour Administrative Support (ADMIN)

Labor Hour NOT TO EXCEED SUBTOTAL:

TOT AL BASE NOT TO EXCEED AMOUNT: $ 21 1,812.39 OPTIONAL TASK: TASK 3 FY 2024 Labor Category Project Manager (PM)/

Sr. Tech Reviewer (STR)

Subject Matter Expert (SME)

Sr. Tech Reviewer (STR)

Technical Reviewer (TR)

Administrative Support (ADMIN)

NOT TO EXCEED SUBTOTAL:

Contract Type Labor Hour Labor Hour Labor Hour Labor Hour Labor Hour 12 QTY 12/80 40 40 32 12 Ql'Y 12/60 40 40 32 12 HOUR Unit Unit I Amount Price HOUR HOUR HOUR HOUR HOUR I

Unit Unit I Amount Price HOUR HOUR

... I***

HOUR HOUR HOUR I

TOTAL TASK ORDER CEILING FOR BASE AND OPTIONAL TASK (NOT-TO-EXCEED):

$255,212.08 ST A TEMENT OF WORK I.

PROJECT TITLE C - Description/Specifications Technical Support for Component Integrity Assessments

2.

BACKGROUND (b )(4)

(b )(4)

(b )(4)

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-2192, "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 I 9, 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 adjusted 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 applicants and licensees would be required to address potential piping failures 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 failure 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. MLl6085A315

[3] Generic Letter 87-11, "Relaxation in Arbitrary Intermediate Pipe Rupture Requirements," June 19, 1987, NRC ADAMS Accession No. ML l9137A335

[4] NUREG-1800, "Standard Review Plan for Review of License Renewal Applications for Nuclear Power Plants," Revision 2, December 20 I 0, 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! 7188A!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, 2021 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 falls under EWC IDIQ # 31310020R0004, 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. Specifically, 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 reactor 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. This 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, files, infomrntion, and deliverables pursuant to this task order.

Deliverable Schedule Task Description Completion Date No.

Draft TLR covering all work performed for Task l.

I. I The Draft TLR shall summarize the efforts November 2021 completed, propose conclusions, and identify recommendations for anv issues identified.

I. I Final TLR incorporating any comments from the January 2022 COR.

1.2 Draft report on the alternative framework and 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-FURNISHED 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 UNCLASSIFIED.

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 Classification Rules, or regulations of other carriers as applicable to the mode of transportation.

(b) On the front of the package, the Contractor shall clearly identify the 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 31310020D0003 _3131002 1 F007 l.

E - Inspection and Accepttance INSPECTION AND ACCEPTANCE BY THE NRC (SEP 2013) lnspection 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 2013)

The period of performance for this project is from 7/21/2021 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 /2021.

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 2052.215-71 Contracting Officer Representative authority. (OCT 1999)

(a) The contracting officer's authorized representative (hereinafter referred to as the COR) for this contract is:

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 following:

(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 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:

(!) 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 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 TT systems or data, unescorted access to NRC controlled buildings/space, or unescorted

(End of Clause) 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 N RC, 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.

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 all 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 NRC Office of Administration, Division of Facilities and Security, Personnel Security Branch with the employee's completed IT access application package.

The contractor shall further ensure that its personnel complete all IT access approval security applications required by this clause within fourteen ( 14) calendar days of notification by the NRC Contracting Officer's Representative (COR) of initiation of the application process. Timely receipt of properly completed records of the pre-screening record and IT access approval applications (submitted for candidates that have a reasonable probability of obtaining the level of security assurance necessary for access to NRC's IT systems/data) is a requirement of this 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 software; (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 capability to realize a significant personal gain from computer 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 individual 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 al I 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 Contractor'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 of 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 SGT is handled, maintained and protected from unauthorized disclosure, consistent with NRC policies and directions. The contractor/grantee shall comply with the requirements to mark, maintain, and protect all information, including documents, summaries, reports, data, designs, and materials in accordance with the provisions of Section 147 of the Atomic Energy Act of 1954 as amended, its implementing regulations (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

(b )( 4)

(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 I 5C 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:

  • 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, or have otherwise become unavailable 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 identification 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 classified 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 technical, business, or financial information, including 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 released to the public or has been determined by the Commission to be otherwise exempt from disclosure to the public. The contractor agrees to hold the information in confidence and not to directly or indirectly duplicate, disseminate, or disclose the information, in whole or in part, to any other person or organization except as necessary to perfonn the work under this contrnct. The contractor agrees 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 include 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 not permit any individual to have access to Restricted Data, Formerly Restricted Data, or other classified information, except in accordance with the Atomic Energy Act of 1954, as amended, and the Commission's regulations or requirements applicable to the particular type or category of classified information to which access is required. The contractor shall also execute a Standard Form 312, Classified Information Nondisclosure Agreement, when access to classified information is required.

(i) Criminal liabilities. Disclosure of National Security Information, Restricted Data, and Fonncrly Restricted Data relating to the work or services ordered hereunder to any person not entitled to receive it, or failure to safeguard any Restricted Data, Formerly Restricted Data, or any other classified matter that may come to the contractor or any person under the contractor's control in connection with work under this contract, may subject the contractor, its agents, employees, or subcontractors to criminal liability under the laws of the United States. (See the Atomic Energy Act of 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 subcontract and purchase order issued under the contrnct that involves originating or generating classified documents, material, and equipment must provide that the

subcontractor or supplier assign the proper classification to all documents, material, and equipment in accordance with guidance furnished by the contractor.

(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 all 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 Title Date Number Number of Pages I - Instructions_ I PP Billing Instructions for Labor-07/14/202 1

[Hour or Time-and-Materials Contracts I

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 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> of receipt of the first email, 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 Category Hours Billed Burdened Hourly Rate Cumulative 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 which 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 From To Destination From To Costs (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 Category Senior Engineer I Engineer Hours Billed 100 50 Burdened Rate

$28.00

$20.00 Total

$2,800

$1,000 Cumulative Hours Billed 975 465

U..d S....1 N.Jnr l.rpl111Hr ea-111111.,.

"'-rrl,,,,_,,, _,w E,,,;,.._,

2)
3)
4)
5)

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

$4,800 Burdened labor rates must come directly from the contract.

320 1,760 hrs.

Government-furnished and contractor-acquired property ($50,000 or more) - $60,000 Prototype Spectrometer - item number 1000-01 = $60,000 Government-furnished and contractor-acquired property (under $50,000), Materials, and Supplies - $2,000 10 Radon tubes@ $110.00 6 Pairs Electrostatic gloves@ $150.00 Materials Handling Fee - $40 (2% of $2,000 in item #3)

Consultants' Fee - $100

= $1,100

= $ 900

$2,000 Dr. Carney - 1 hour1.157407e-5 days <br />2.777778e-4 hours <br />1.653439e-6 weeks <br />3.805e-7 months <br /> fully-burdened @ $100 = $100

6)

Travel - $2,640

7)

(i)

Airfare: (2 Roundtrip trips for 1 person @ $300 per r/t ticket)

Start Date 4/1/201 1 7/1/2011 End Date 4/7/201 1 7/8/201 1 Days From 7

Philadelphia, PA 8

Philadelphia, PA (ii)

Per Diem: $136/day x 15 days= $2,040 Subcontracting - $30,000 Company A Company B

= $10,000

= $20,000

$30,000 To Wash, D.C.

Wash, D.C.

Cost

$300

$300 (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 (+/-)

Grand Total

4. Definitions 0

$99,580 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.