ML20203G170: 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:- ..                    .          -. .        -        -_    ..
{{#Wiki_filter:-..
  .          e AMENDMENT OF SOLICITATl2N/MODIFICATl N OF CONTRACT
e AMENDMENT OF SOLICITATl2N/MODIFICATl N OF CONTRACT
: 2. AMENDMENT / MODIFICATION NO.                                       3. EFFcCTivE DATE
{''
                                                                                                                                                                                    $'            {''
: 2. AMENDMENT / MODIFICATION NO.
: 4. REQUlslTION/ PURCHASE REO. NO.                         s. PROJECT NO. Of applicable) 13                                                                   2/16/1999                     RES97039/RESC99389
: 3. EFFcCTivE DATE
: 4. REQUlslTION/ PURCHASE REO. NO.
: s. PROJECT NO. Of applicable) 13 2/16/1999 RES97039/RESC99389
: s. ISSUED BY
: s. ISSUED BY
: 7. ADedlNISTERED SY Uf other than item 6)
: 7. ADedlNISTERED SY Uf other than item 6)
U.S. Nuclear Regulatory Commission                                                         -
U.S. Nuclear Regulatory Commission Division of Contracts and Property Met.
Division of Contracts and Property Met.
Attn: T-7 I-2 Contract Management Branch No. 1 W:shington DC 20555 8, hAME AND ADDRESS oF CONTRACTOR (No., street, county state and IIP Code)
Attn: T-7 I-2 Contract Management Branch No. 1 W:shington DC 20555 8, hAME AND ADDRESS oF CONTRACTOR           (No., street, county state and IIP Code)                                                   (X)   SA. AMENDMENT OF sOUCIT ATION NO.
(X)
I Scientech, Inc,                                                                                                                           es. oATED tsEE mu na 11110 Rockville Pike, Suite 500 Rockville, MD 20852 ioA. MODIFICATION LF CONTRACT / ORDER NO.               j Con # NRC-04-97-039 108. DATED (SEE ITEM 13)
SA. AMENDMENT OF sOUCIT ATION NO.
CODE                                                                 lFACIUTY CODE                                                     X         04-24-1997
Scientech, Inc, es. oATED tsEE mu na 11110 Rockville Pike, Suite 500 Rockville, MD 20852 ioA. MODIFICATION LF CONTRACT / ORDER NO.
: 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIOh3                                                                                             I i
j Con # NRC-04-97-039 108. DATED (SEE ITEM 13)
The above numbered solicitation is arnended as set forth in item 14. The hour and date specified for receipt of Offers                                                 l is extwr.:d ]is   not extended.
CODE lFACIUTY CODE X
OffIrs must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or es amended, by one of the f>' wing methods:
04-24-1997
l (1) By completing items 8 and 15, and returning                             _ copies of the amendment; (b) By acknowledging receipt of this amendment of each copy of the                         '
: 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIOh3 I
offir submitted; or (c) By separate letter Or telegram which include.
i The above numbered solicitation is arnended as set forth in item 14. The hour and date specified for receipt of Offers is extwr.:d ]is not extended.
l OffIrs must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or es amended, by one of the f>'
wing methods:
l (1) By completing items 8 and 15, and returning
_ copies of the amendment; (b) By acknowledging receipt of this amendment of each copy of the offir submitted; or (c) By separate letter Or telegram which include.
* refuence to the solicitation and amendment numbers. FAILURE OF YOUR AC.
* refuence to the solicitation and amendment numbers. FAILURE OF YOUR AC.
KNOWLEDCMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR T'4E RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY!
KNOWLEDCMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR T'4E RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendmer.: you desire to change an offer already submitted, such change may be made by t;ligram Or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour rnd date specified.
RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendmer.: you desire to change an offer already submitted, such change may be made                                                       '
by t;ligram Or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour rnd date specified.
13 ACCOUNTING AND APPROPRIATION DATA Uf requiredi 31XO200 96015110105 W6706 252A $60,000
13 ACCOUNTING AND APPROPRIATION DATA Uf requiredi 31XO200 96015110105 W6706 252A $60,000
: 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS,                                                                                             ;
: 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS, IT MODIFIES THE CONTRACT / ORDER NO. AS DESCRIBED IN ITEM 14.
IT MODIFIES THE CONTRACT / ORDER NO. AS DESCRIBED IN ITEM 14.                                                                                           !
(X)
(X)   A. THl3 CHANGE ORDER IS ISSUED PURSUANT TO.           (Specify authority 1 THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
A. THl3 CHANGE ORDER IS ISSUED PURSUANT TO.
(Specify authority 1 THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
: 8. THE ABOVE NL'MBERED CONTRACT / ORDER is MODIFIED TO REFLECT THE ADMIN!STRATIVE CHANGES touch as changes an paying offsce, appropnanon date. etc.I SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY oF FAR 43.103tbl.
: 8. THE ABOVE NL'MBERED CONTRACT / ORDER is MODIFIED TO REFLECT THE ADMIN!STRATIVE CHANGES touch as changes an paying offsce, appropnanon date. etc.I SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY oF FAR 43.103tbl.
C. THt$ SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
C. THt$ SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D OTHER ($pejlyitpe of modtfacanha and authontyl Un{ (gtgrg[
D OTHER ($pejlyitpe of modtfacanha and authontyl Un{ (gtgrg[
X                                                             FAR 52.232-22 Limitation of Funds E. IMPORTANT: Contractor X is not, []is required to sign this document and return                                                         copies to the issuing office.
X FAR 52.232-22 Limitation of Funds is not, []is required to sign this document and return copies to the issuing office.
it DESCRIPTION OF AMENDMENT / MODIFICATION (Organised by uCF section headmps. encludmg solicitation / contract sutuect matter where feassbleJ See attached Continuation sheet.                                                                                                                                               /
E. IMPORTANT: Contractor X it DESCRIPTION OF AMENDMENT / MODIFICATION (Organised by uCF section headmps. encludmg solicitation / contract sutuect matter where feassbleJ See attached Continuation sheet.
90)2 1
/
190043 l
90)2 190043 l
Except as provided herem. all terms and condshons of the document referenced m item 9A or 10A. as heretofore changed, remains unchanged shd m full force and effect 1sA. NAME AND TITLE OF slGNER (Type or pnnt)                                                         IsA. NAME AND TIT OF CONTRACTlNG OFFICER (Type or pnnti Ste         M. Pool
Except as provided herem. all terms and condshons of the document referenced m item 9A or 10A. as heretofore changed, remains unchanged shd m full force and effect 1sA. NAME AND TITLE OF slGNER (Type or pnnt)
                                                                                                                        .                                  O
IsA. NAME AND TIT OF CONTRACTlNG OFFICER (Type or pnnti Ste M. Pool O
!    1ss. CoNTRACToRoFrERoR                                                           isc. oATE slGNED   160. UNI                   RICA l                                      16C. DATE slGNED t
l 1ss. CoNTRACToRoFrERoR isc. oATE slGNED 160. UNI RICA 16C. DATE slGNED t
OY (Signature of person authonred to signi                                                                 See ature of'ContracunI theel                       02 16 1999 9902190166 990216                                                                                                                           '
OY (Signature of person authonred to signi See ature of'ContracunI theel 02 16 1999 9902190166 990216 8T^"o^ao 'oa" 80 inEvas3i PDR CONTR NRC-04-97-039 PDR
8T^"o^ao 'oa" 80 inEvas3i PDR         CONTR NRC-04-97-039                         PDR


Mod # 13   Con # NRC-04-97-039 CONTINUATION PAGE i
Mod # 13 Con # NRC-04-97-039 CONTINUATION PAGE i
The purpose of this contract modification is to allot $60,000 in funding to this contract pursuant to FAR 52.232-22 Limitation of Funds. Accordingly, the contract is hereby modified as follows:
The purpose of this contract modification is to allot $60,000 in funding to this contract pursuant to FAR 52.232-22 Limitation of Funds. Accordingly, the contract is hereby modified as follows:
: 1. $60,000 in incremental funds is hereby allotted to this centract. As a result, Section B.3 " Consideration and Obligation" is hereby deleted and replaced by the following section:
: 1. $60,000 in incremental funds is hereby allotted to this centract. As a result, Section B.3 " Consideration and Obligation" is hereby deleted and replaced by the following section:
B.3   CONSIDERATION AND OBLIGATION - COST REIMBURSEMENT & TASK ORDER HYBRID I
B.3 CONSIDERATION AND OBLIGATION - COST REIMBURSEMENT & TASK ORDER HYBRID (a) The total estimated cost to the Government for full performance of the contract (includes Task Areas 1,3, & 4 - Area 2 thru 4/23/99) is
(a) The total estimated cost to the Government for full performance of the l contract (includes Task Areas 1,3, & 4 - Area 2 thru 4/23/99) is             ;
$2,928,714.69, of which the sum of $2,726,952.81 (includes $7,499.22 FCCM) represents the estimated reimbursable costs and the amount of $201,761.88 represents the fixed fee. The above cost amounts have been adjusted for the j
    $2,928,714.69, of which the sum of $2,726,952.81 (includes $7,499.22 FCCM)   l represents the estimated reimbursable costs and the amount of $201,761.88   !
$85,000 cost recovery from CAMP members.
represents the fixed fee. The above cost amounts have been adjusted for the j
(b) The Maximum Ordering Limitation (MOL) for products and services, delivered, and accepted under Task Area 2 for the rest of Option Year 1 and Option Year 2 of this contract is $1,600,000. The Contracting Officer may place orders with the contractor during the contract period provided the aggregate amount of such orders does not exceed the MOL The minimum order l
    $85,000 cost recovery from CAMP members.
amount for this period is $160,000 and will be satisfied by the first task order issued hereunder.
(b) The Maximum Ordering Limitation (MOL) for products and services, delivered, and accepted under Task Area 2 for the rest of Option Year 1 and Option Year 2 of this contract is $1,600,000. The Contracting Officer may place orders with the contractor during the contract period provided the aggregate amount of such orders does not exceed the MOL The minimum order   l amount for this period is $160,000 and will be satisfied by the first task   '
l l
order issued hereunder.
(c) The Government reserves the right to exercise the following options at the total estimated cost and fee indicate below:
l l   (c) The Government reserves the right to exercise the following options at the total estimated cost and fee indicate below:
l Option Year 3 l
l   Option Year 3 l
Estimated Cost:
Estimated Cost:           $240,976                                           l Less Est. Cost Recovery: $85,000 Nst Estimated Cost:       $155,976 Fixed Fee:                 $16,419 Total CPFF for Task Area 1 & 3:         $172,395 MOL for Task Area 2: $1,100,000 Minimum for TA 2         $110,000 Option Year 4 Estimated Cost:           $255,803 Loss Est. Cost Recovery: $85,000 Net Estimated Cost:       $170,803 Fixed Fee:                 $17,437 Total CPFF for Task Area 1 & 3:         $188,240 MOL for Task Area 2:     $260,000 Minimum for TA 2         $ 26,000 (d) There shall be not adjustment in the amount of the contractor's fixed fee by reason of differences between any estimate of cost of performance of the work under this contract and the actual cost of performance of that work.
$240,976 Less Est. Cost Recovery: $85,000 Nst Estimated Cost:
$155,976 Fixed Fee:
$16,419 Total CPFF for Task Area 1 & 3:
$172,395 MOL for Task Area 2:
$1,100,000 Minimum for TA 2
$110,000 Option Year 4 Estimated Cost:
$255,803 Loss Est. Cost Recovery: $85,000 Net Estimated Cost:
$170,803 Fixed Fee:
$17,437 Total CPFF for Task Area 1 & 3:
$188,240 MOL for Task Area 2:
$260,000 Minimum for TA 2
$ 26,000 (d) There shall be not adjustment in the amount of the contractor's fixed fee by reason of differences between any estimate of cost of performance of the work under this contract and the actual cost of performance of that work.
(e) A total estimated cost as wel] as any fee, if any, will be negotiated for each task order and will be incorporated as a ceiling in the resultant tcsk order. The Contractor shall comply with the provisions of FAR 52.232-20 Page 2 of 3
(e) A total estimated cost as wel] as any fee, if any, will be negotiated for each task order and will be incorporated as a ceiling in the resultant tcsk order. The Contractor shall comply with the provisions of FAR 52.232-20 Page 2 of 3


E. .
E.
Mod # 13   Con # NRC-04-97-039 Limitation of Cost for fully funded task orders and FAR 52.232-22 Limitation of Funds for incrementally funded task orders, issued hereunder.
Mod # 13 Con # NRC-04-97-039 Limitation of Cost for fully funded task orders and FAR 52.232-22 Limitation of Funds for incrementally funded task orders, issued hereunder.
l (f) The amount currently obligated with respect to this contract is
l (f) The amount currently obligated with respect to this contract is
    $2,811,986.69 of which the sum of $2,618,266 represents the estimated reimbursable represents the costs (includes fixed  fee.  $7499.22 in FCCM) and the amount of $193.720.69 l
$2,811,986.69 of which the sum of $2,618,266 represents the estimated reimbursable costs (includes $7499.22 in FCCM) and the amount of $193.720.69 represents the fixed fee.
(g) It is estimated that the amount currently allotted will be sufficient l
(g) It is estimated that the amount currently allotted will be sufficient l
for performance through October 31, 1999.
l for performance through October 31, 1999.
I
I
: 3. A summary of obligations, from the award date through the date of this l modification, are provide below:
: 3. A summary of obligations, from the award date through the date of this l
Total FY 97 Obligations: $ 947,847.23 Total FY 98 Obligations: $1,543,000.00 i         Total FY 99 Obligations: $ 321,139.41
modification, are provide below:
(         Cumulative Obligations:   $2,811,986.69 l 4. All other terms and conditions remain unchanged.
Total FY 97 Obligations: $
947,847.23 Total FY 98 Obligations: $1,543,000.00 i
Total FY 99 Obligations: $
321,139.41
(
Cumulative Obligations:
$2,811,986.69 l
: 4. All other terms and conditions remain unchanged.
I l
I l
l l
l l
1 Page 3 of 3 l}}
Page 3 of 3 l}}

Latest revision as of 01:03, 8 December 2024

Mod 13 to Contract NRC-04-97-039
ML20203G170
Person / Time
Issue date: 02/16/1999
From: Pool S
NRC OFFICE OF ADMINISTRATION (ADM), SCIENTECH, INC.
To:
References
CON-FIN-W-6706, CON-NRC-04-97-039, CON-NRC-4-97-39 NUDOCS 9902190166
Download: ML20203G170 (3)


Text

-..

e AMENDMENT OF SOLICITATl2N/MODIFICATl N OF CONTRACT

{

2. AMENDMENT / MODIFICATION NO.
3. EFFcCTivE DATE
4. REQUlslTION/ PURCHASE REO. NO.
s. PROJECT NO. Of applicable) 13 2/16/1999 RES97039/RESC99389
s. ISSUED BY
7. ADedlNISTERED SY Uf other than item 6)

U.S. Nuclear Regulatory Commission Division of Contracts and Property Met.

Attn: T-7 I-2 Contract Management Branch No. 1 W:shington DC 20555 8, hAME AND ADDRESS oF CONTRACTOR (No., street, county state and IIP Code)

(X)

SA. AMENDMENT OF sOUCIT ATION NO.

Scientech, Inc, es. oATED tsEE mu na 11110 Rockville Pike, Suite 500 Rockville, MD 20852 ioA. MODIFICATION LF CONTRACT / ORDER NO.

j Con # NRC-04-97-039 108. DATED (SEE ITEM 13)

CODE lFACIUTY CODE X

04-24-1997

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIOh3 I

i The above numbered solicitation is arnended as set forth in item 14. The hour and date specified for receipt of Offers is extwr.:d ]is not extended.

l OffIrs must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or es amended, by one of the f>'

wing methods:

l (1) By completing items 8 and 15, and returning

_ copies of the amendment; (b) By acknowledging receipt of this amendment of each copy of the offir submitted; or (c) By separate letter Or telegram which include.

  • refuence to the solicitation and amendment numbers. FAILURE OF YOUR AC.

KNOWLEDCMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR T'4E RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendmer.: you desire to change an offer already submitted, such change may be made by t;ligram Or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour rnd date specified.

13 ACCOUNTING AND APPROPRIATION DATA Uf requiredi 31XO200 96015110105 W6706 252A $60,000

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

(X)

A. THl3 CHANGE ORDER IS ISSUED PURSUANT TO.

(Specify authority 1 THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

8. THE ABOVE NL'MBERED CONTRACT / ORDER is MODIFIED TO REFLECT THE ADMIN!STRATIVE CHANGES touch as changes an paying offsce, appropnanon date. etc.I SET FORTH IN ITEM 14. PURSUANT TO THE AUTHORITY oF FAR 43.103tbl.

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

D OTHER ($pejlyitpe of modtfacanha and authontyl Un{ (gtgrg[

X FAR 52.232-22 Limitation of Funds is not, []is required to sign this document and return copies to the issuing office.

E. IMPORTANT: Contractor X it DESCRIPTION OF AMENDMENT / MODIFICATION (Organised by uCF section headmps. encludmg solicitation / contract sutuect matter where feassbleJ See attached Continuation sheet.

/

90)2 190043 l

Except as provided herem. all terms and condshons of the document referenced m item 9A or 10A. as heretofore changed, remains unchanged shd m full force and effect 1sA. NAME AND TITLE OF slGNER (Type or pnnt)

IsA. NAME AND TIT OF CONTRACTlNG OFFICER (Type or pnnti Ste M. Pool O

l 1ss. CoNTRACToRoFrERoR isc. oATE slGNED 160. UNI RICA 16C. DATE slGNED t

OY (Signature of person authonred to signi See ature of'ContracunI theel 02 16 1999 9902190166 990216 8T^"o^ao 'oa" 80 inEvas3i PDR CONTR NRC-04-97-039 PDR

Mod # 13 Con # NRC-04-97-039 CONTINUATION PAGE i

The purpose of this contract modification is to allot $60,000 in funding to this contract pursuant to FAR 52.232-22 Limitation of Funds. Accordingly, the contract is hereby modified as follows:

1. $60,000 in incremental funds is hereby allotted to this centract. As a result, Section B.3 " Consideration and Obligation" is hereby deleted and replaced by the following section:

B.3 CONSIDERATION AND OBLIGATION - COST REIMBURSEMENT & TASK ORDER HYBRID (a) The total estimated cost to the Government for full performance of the contract (includes Task Areas 1,3, & 4 - Area 2 thru 4/23/99) is

$2,928,714.69, of which the sum of $2,726,952.81 (includes $7,499.22 FCCM) represents the estimated reimbursable costs and the amount of $201,761.88 represents the fixed fee. The above cost amounts have been adjusted for the j

$85,000 cost recovery from CAMP members.

(b) The Maximum Ordering Limitation (MOL) for products and services, delivered, and accepted under Task Area 2 for the rest of Option Year 1 and Option Year 2 of this contract is $1,600,000. The Contracting Officer may place orders with the contractor during the contract period provided the aggregate amount of such orders does not exceed the MOL The minimum order l

amount for this period is $160,000 and will be satisfied by the first task order issued hereunder.

l l

(c) The Government reserves the right to exercise the following options at the total estimated cost and fee indicate below:

l Option Year 3 l

Estimated Cost:

$240,976 Less Est. Cost Recovery: $85,000 Nst Estimated Cost:

$155,976 Fixed Fee:

$16,419 Total CPFF for Task Area 1 & 3:

$172,395 MOL for Task Area 2:

$1,100,000 Minimum for TA 2

$110,000 Option Year 4 Estimated Cost:

$255,803 Loss Est. Cost Recovery: $85,000 Net Estimated Cost:

$170,803 Fixed Fee:

$17,437 Total CPFF for Task Area 1 & 3:

$188,240 MOL for Task Area 2:

$260,000 Minimum for TA 2

$ 26,000 (d) There shall be not adjustment in the amount of the contractor's fixed fee by reason of differences between any estimate of cost of performance of the work under this contract and the actual cost of performance of that work.

(e) A total estimated cost as wel] as any fee, if any, will be negotiated for each task order and will be incorporated as a ceiling in the resultant tcsk order. The Contractor shall comply with the provisions of FAR 52.232-20 Page 2 of 3

E.

Mod # 13 Con # NRC-04-97-039 Limitation of Cost for fully funded task orders and FAR 52.232-22 Limitation of Funds for incrementally funded task orders, issued hereunder.

l (f) The amount currently obligated with respect to this contract is

$2,811,986.69 of which the sum of $2,618,266 represents the estimated reimbursable costs (includes $7499.22 in FCCM) and the amount of $193.720.69 represents the fixed fee.

(g) It is estimated that the amount currently allotted will be sufficient l

l for performance through October 31, 1999.

I

3. A summary of obligations, from the award date through the date of this l

modification, are provide below:

Total FY 97 Obligations: $

947,847.23 Total FY 98 Obligations: $1,543,000.00 i

Total FY 99 Obligations: $

321,139.41

(

Cumulative Obligations:

$2,811,986.69 l

4. All other terms and conditions remain unchanged.

I l

l l

Page 3 of 3 l