ML15107A090

From kanterella
Revision as of 07:32, 12 June 2018 by StriderTol (talk | contribs) (Created page by program invented by StriderTol)
Jump to navigation Jump to search
Task Order No. NRC-HQ-20-15-T-0002 Under Delivery No. NRC-HQ-25-14-E-0005
ML15107A090
Person / Time
Site: Oconee  Duke Energy icon.png
Issue date: 04/14/2015
From: Thompson M A
Acquisition Management Division
To:
Energy Research
References
NRC-HQ-25-14-E-0005
Download: ML15107A090 (11)


Text

ORDER FOR SUPPLIES OR SERVICESPAGE OF PAGES1 1 1IMPORTANT: Mark all packages and papers with contract and/or order numbers.121. DATE OF ORDER 2. CONTRACT NO. (If any) 6. SHIP TO03NRC-HQ-25-14-E-0005 a. NAME OF CONSIGNEE3. ORDER NO. 4. REQUISITION/REFERENCE NO.NRC-HQ-20-15-T-0002 INRR-15-0093 ATTN DAVIDA CUNANAN5. ISSUING OFFICE (Address correspondence to) b. STREET ADDRESSUS NRC -HQ 11555 ROCKVILLE PIKEACQUISITION MANAGEMENT DIVISION MS OWFN 10 B3MAIL STOP 3WFN-05-C64MPWASHINGTON DC 20555-0001C. CITY d. STATE e. ZIP CODEROCKVILLE MD 208527. TO f. SHIP VIAa. NAME OF CONTRACTORENERGY RESEARCH INC 8. TYPE OF ORDERb. COMPANY NAME [:]a. PURCHASE b. DELIVERYc. STREETADDRESS REFERENCE YOUR6189 EXECUTIVE BLVD Except for billing instructions on thereverse, this delivery order is subjectto instructions contained on this sideonly of this form and is issuedPlease furnish the following on the terms subject to the terms and conditionsand conditions specified on both sides of of the above-numbered contract.d. CITY e. STATE I. ZIP CODE this order and on the attached sheet, if any,ROCKVI LLE MD 208523901 including delivery as indicated.9. ACCOUNTINGAND APPROPRIATION DATA 10. REQUISITIONING OFFICESee Schedule OFF OF NUCLEAR REACTOR REGULATION11. BUSINESS CLASSIFICATION (Creck appropriate box(es)) 12. F.O.B. POINTD a. SMALL b. OTHER THAN SMALL W c. DISADVANTAGED W g. SERVICE-DISABLEDW d. WOMEN-OWNED e. HUBZone t] I. EMERGING SMALL VETERAN-BUSINESS OWNED13. PLACE OF 14. GOVERNMENT BIL NO. 15. DELIVER TO F.O.B. POINT 16. DISCOUNT TERMSON OR BEFORE (ate)a. INSPECTION b. ACCEPTANCE 11/30/2015Destination Destination17. SCHEDULE (See reverse for Rejections)QUANTITY UNIT QUANTITYITEM NO. SUPPLIES OR SERVICES ORDERED UNIT PRICE AMOUNT ACCEPTED(a) (b) (c) (d) (e) (f) (g)Task Order 4 Entitled "Technical Assistancein Support of Oconee Nuclear Station (ONS)Unit Nos. I, 2 and 3; Docket Nos. 50-269,50-270 & 50-287 License Amendment Request(LAR) to Reduce Allowed Maximum RatedThermal Power When High Pressure InjectionContinued18. SHIPPING POINT 19. GROSS SHIPPING WEIGHT 20. INVOICE NO. 17(h)TOTAL(Cont.pages)21. MAIL INVOICE TO:a.NAME $0 .00 4US NUCLEAR REGULATORY COMMISSIONSEE BILLINGINSTRUCTIONS b. STREETADDRESS ONE WHITE FLINT NORTHON REVERSE (orP.O. Box) 11555 ROCKVILLE PIKE 17(i)MAILSTOP 03-El7A GRANDTOTALc. CITY d. STATE e. ZIP CODE $61, 875.10 4ROCKVILLE MD 2110852-273822. UNITED STATES OF 03/23/2015 23. NAME (Typed)AMERICA BY (Signature) MARK THOMPSON.....: -- _ TITLE: CONTRACTING/ORDERING OFFICERAUTHORIZED FOR LOCAL REPRODUCTIONPREVIOUS EDITION NOT USABLETEMPLATE ADMOO,OPTIONAL FORM 347 Re., 4=0'6)P erbed by GSAIFAR 48 cFR 53.213(,SUNSI REVIEW COMPLETEAPR 1 42015 hn"07 ORDEr )R SUPPLIES OR SERVICESI SCMEDULE -CONTINUATIONPAGE NOIMPORTANT: Mark all packages and papers with contract and/or order numbers.DATE OF ORDER ICONTRACT NO. ORDER NONRC-HQ-25-14-E-0005 NRC-HQ-20-15-T-0002ITEM NO. SUPPLIES/SERVICES QUANTITY UNITI UNIT AMOUNT QUANTITYORDERED PRICE ACCEPTED(a) (b) (c) (d) (e) M (g)(HPI) Equipment Is Inoperable LicenseAmendment Request No. 2013-03 (MF4668),"under Enterprisewide Contract NumberNRC-HQ-25-14-E-0005.This task order is fully funded at$61,875.60.Period of Performance: March 23, 2015 -November 30, 2015Total Task Order Ceiling: $61,875.60Total Obligated amount: $61,875.60Contracting Officer's Representative (COR):Davida CunananEmail: Davida. Cunanan@nrc.govPhone: 301-415-3573Contractor POC (Business):Tracey Mullinix, Contract AdministratorEmail: tlm@eri-world.comPhone: 301-881-0866Contractor POC (Technical):Dr. Mohsen Kahtib-Rahbar, PresidentEmail: mkrl@eri-world.comPhone: 301-881-0866ERtAuthorized OfficialDateContracting Officer's Representative:Davida CunananAccounting Info:2015-X0200-FEEBASED-20-20D008-11-4-149-1128-251ATOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17(H)) *'I ,$0.00AUTHORIZED FOR LOCAL REPODUCTIONPREVIOUS EDITION NOT USABLEOPTIONAL FORM 348 (Rev. 4r0o6iPrelbed by GSA FAR (48 CFR) 53.213(f)

TASK ORDER 04 -Unrestricted EWC IDIQ for ERISECTION B -SUPPLIES OR SERVICES AND PRICEICOSTSB.1 PRICE/COST SCHEDULECLIN DESCRIPTION OF ESTIMATED FIXED FEE TOTAL COSTSUPPLIESISERVICES COST PLUS FIXED FEE0001 Contractor to provideTechnical Assistance inaccordance with section C:DESCRIPTION!SPECIFICATIONS/STATEMENT OF WORKTotal 1I $61,875.60NRCB044 CONSIDERATION AND OBLIGATION-INDEFINITE-QUANTITY CONTRACT(a) The estimated total quantity this cont ct for the products/services under this contract is$61,875.60 of which the sum of r epresents the estimated reimbursable costs, and ofwhich epresents fixed-fee.(b) The Contracting Officer will obligate funds on each task order issued.(c) The amount currently obligated b the Government with respect to this contract is$61,875.60 of which the sum of represents the estimated reimbursable costs, and ofwhich Vrepresents the O '- ee.(d) This is an incrementally-funded contract and FAR 52.232-22 -"Limitation of Funds" applies.(e) The Contractor shall comply with the provisions of FAR 52.232-20 -Limitation of Cost forfully-funded task orders and FAR 52.232-22 -Limitation of Funds for incrementally-funded taskorders, issued hereunder.(End of Clause)

SECTION C -DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORKFOR ERI UNRESTRICTED EWC TASK ORDER 04NRC Requisition Office: Office of Nuclear Reactor RegulationFee Recoverable: YesTAC Numbers: MF46681. PROJECT DESCRIPTIONThis project is titled, "Technical Assistance in Support of Oconee Nuclear Station (ONS)Unit Nos. I, 2 and 3; Docket Nos. 50-269, 50-270 & 50-287 License Amendment Request(LAR) to Reduce Allowed Maximum Rated Thermal Power When High Pressure Injection(HPI) Equipment Is Inoperable License Amendment Request No. 2013-03 (MF4668)."The objective of this task order is to obtain technical expertise to assist the U.S. NuclearRegulatory Commission (NRC) staff in determining the technical adequacy of the licenseamendment request (LAR) submitted by Duke Energy Carolinas (Duke Energy) to revise TS3.5.2 by reducing the allowed maximum rated thermal power (RTP) at which the unit canoperate when select HPI System equipment is inoperable. This project falls under SectionC.3.2, "Licensing Support," of the base contract.The Statement of Work (SOW) for this Task Order falls within the unrestricted part of NRCIDIQ Enterprise-Wide Contract entitled Technical Assistance in Support of AgencyEnvironmental and Reactor Programs, paragraph 3.2, Licensing Support.2. BACKGROUNDIn accordance with the provisions of Section 50.90 of Title 10 of the Code of FederalRegulations (10 CFR), Duke Energy has submitted a request for an amendment to theTechnical Specifications (TS) for ONS, Units 1, 2, and 3. The proposed amendment wouldrevise TS 3.5.2 by reducing the allowed maximum rated thermal power (RTP) at which theunit can operate when select HPI System equipment is inoperable. These revisions weredeemed necessary to correct a non-conservative Technical Specification. In accordancewith the guidance of U.S. Nuclear Regulatory Commission (NRC) Administrative Letter 98-10, this condition is captured in the ONS Corrective Action Program and properadministrative controls have been established until the TS is revised. Oconee NuclearStation requests approval of this proposed amendment by May 22, 2015.3. SCOPE OF WORKThe contractor must provide all resources necessary to accomplish the tasks anddeliverables described in this statement of work (SOW).The contractor must perform a review, confirmatory analysis as necessary, determined bythe COR, and evaluation of the technical and regulatory basis for the LAR. As an output ofthis task order, the contractor must provide to the NRC the Technical Evaluation Report(TER) that will be used as input for the NRC staff's Safety Evaluation Report (SER), thatdocuments the NRC's technical, legal, and safety basis for approving the licenseamendment request.2

4. SPECIFIC TASKSThe contractor must perform the following tasks:Task I Kickoff Meeting1. a Preparation for Kickoff MeetingBecome familiar with the LAR submittal by the applicant.1. b Attend Kickoff MeetingAttend a one-time kick-off meeting (either in person or via conference call) to discuss thescope of work, expectations, task order management, and performance requirements of thetask order. The kick-off meeting shall be scheduled by the COR and held within ten (10)working days after contractor receipt of LAR materials.Task 2 Review LAR Submission2. a Evaluate the LAR SubmittalUsing the criteria and guidelines found in Standard Review Plan (SRP), review the LARsubmitted by Duke Energy to determine the technical accuracy and regulatory compliance ofthe license amendment request.2. b Prepare Draft Technical Evaluation ReportPrepare a draft Technical Evaluation Report (TER) that incorporates the results of thereview and evaluation. The TER must be organized to parallel the applicable sections inNRC's SRP (NUREG-800) as applicable. The TER may include other relevant informationthat is not included in the SRP. Only input to SER sections requiring revision must beincluded in the TER. The TER must contain draft text, tables, and illustrations, asappropriate, suitable for inclusion in NRC's SER. The TER must provide sufficientinformation to adequately support the NRC staffs rationale for why there is reasonableassurance that public health and safety is protected. The TER must be written so that aperson with either non-nuclear technical background or non-technical background canunderstand the basis for conclusions cited.Prepare final draft TER that incorporates comments provided by the task order ContractingOfficer's Representative (COR).As directed by the COR, participate in conference calls with ONS to discuss the LARmaterials.2. c Prepare Requests for Additional InformationIdentify unresolved issues and any additional or clarifying information needed in the LARsubmission. Prepare draft Request for Additional Information (RAIs) for use by NRC in3 requesting more information from the applicant to clarify issues raised during review of theLAR. Prepare final RAIs that incorporate comments provided by the COR.As directed by the COR, participate in conference calls with the Applicant to discussadditional information to be provided or clarified with the LAR.2. d Review RAI Responses and Update TERReview the Applicant's responses to the RAIs to determine whether they adequately resolvethe outstanding issues.2. e Perform Confirmatory AnalysisPerform confirmatory analysis as required.Update the draft TER prepared under Task 2.b to incorporate the applicant's RAI responsesand revise related portions of the draft text, tables, and illustrations in the TER. Prepare afinal updated TER that incorporates comments provided by the COR.As directed by the COR, participate in conference calls with the Applicant to discuss theresponses of the RAIs.5. APPLICABLE DOCUMENTS AND STANDARDSNUREG-0800 SRP, Title 10, Code of Federal regulation (CFR).6. DELIVERABLES AND DELIVERY SCHEDULEIREPORTING REQUIREMENTSThe schedule for project deliverables is shown in the following table.Deliverabl Deliverable and Acceptance Criteria Deliverablee Number Due Date1 For Task 2.b, Draft TER NLT 4 weeksafter award ofAcceptance Criteria: COR confirms that Draft TER has the task orderrequired content and follows the required format2 For Task 2.b, Final Draft TER NLT 1 weekafter receipt ofAcceptance Criteria: COR confirms that all COR comments are CORaddressed in the TER. comments forthe Draft TER3 For Task 2.c, Draft RAIs NLT 2 weeksafter award ofAcceptance Criteria: COR confirms that Draft RAIs are task ordertechnically sound, adequately address identified issues, andinclude a regulatory basis for each request.4 4 For Task 2.c, Final RAls NLT 1 weekafter receipt ofAcceptance Criteria: COR confirms that all COR comments are CORreflected in the RAIs. comments onthe Draft RAIs.5 For Task 2.d and 2.e, Draft Updated TER NLT 2 weeksafter receipt ofAcceptance Criteria: COR confirms that Draft Updated TER Applicant's RAIcontains required content and incorporates all responses to responsesRAIs from the licensee6 For Task 2.d, and 2.e Final Updated TER NLT 1 weekafter receipt ofAcceptance Criteria: All COR comments are addressed in the CORupdated TER comments onDraft UpdatedTER7 Per Section F.3 of the base contract, Monthly Letter Status NLT 20th day ofReport (MLSR) and Electronic Spending Plan (ESP) the monthcovering theAcceptance Criteria: MLSR and ESP are complete and prior month'scontain all required information, effortThe above deliverables shall be submitted electronically to the task order COR. The MLSRand ESP must also be submitted to the task order Contracting Officer (CO) as well as to theOffice of Administration/Acquisition Management Division toContractsPOT. Resource(anrc.,qov7. REQUIRED LABOR CATEGORIES/ ESTIMATED LEVEL OF EFFORTThe team must collectively have extensive knowledge in nuclear power plant systems, accidentanalysis, LOCAs, thermal hydraulics, Neutronics and Westinghouse Standard TechnicalSpecifications (STS).Labor Category Minimum Qualification Estimated LaborRequirement HoursSenior Technical Reviewer (1) At least 10 years' 240experience and extensiveknowledge in one or more ofthe following areas: nuclearpower plant systems,Accident Analysis, thermalhydraulics, LOCAs,Neutronics andWestinghouse StandardTechnical Specifications(STS).(2) A Master's Degree inMechanical or NuclearEngineering is requiredTechnical Reviewer(s) Extensive knowledge of (at 100least 5 years' experience5 relating to) one or more of thefollowing areas: nuclearpower plant systems,Accident Analysis, LOCAs,thermal hydraulics,Neutronics andWestinghouse StandardTechnical Specifications(STS).Project Manager Significant experience (at 40least 5 years' experiencerelating to) managingtechnical projects of similarscope.Administrative Support 15TOTAL ESTIMATED LOE 3958. GOVERNMENT-FURNISHED PROPERTYN/A9. PERIOD OF PERFORMANCEThe period of performance for this task order is as stated below, in SECTION F -Deliveriesor Performance NRCF030A PERIOD OF PERFORMANCE ALTERNATE I.10. PLACE OF PERFORMANCEWork will be performed at the contractor's site.11. SPECIAL CONSIDERATIONS11.1 TRAVELIMEETINGSThe following travel maybe required under this task order:One, 2 Persons, 2 Day Trip to NRC Headquarters or Licensee Facility as determined by theCOR.All travel requires prior written approval from the COR.11.2 SECURITYWork on this task order will involve the handling of documents that contain proprietaryinformation. Documents containing proprietary information and must be safeguardedagainst unauthorized disclosure. After completion of work, the documents shall either bedestroyed or returned to NRC. If they are destroyed, please confirm this in an e-mail to the6 COR with a copy to the CO and include the date and manner in which the documents weredestroyed.11.3 LICENSE FEE RECOVERYAll work under this task order is license fee recoverable.SECTION F -Deliveries or PerformanceNRCF030A PERIOD OF PERFORMANCE ALTERNATE IThis order shall commence on date of award and will expire on November 30, 2015. (See FAR52.216-18 -Ordering).(End of Clause)SECTION H -Special Contract Requirements2052.215-70 KEY PERSONNEL. (JAN 1993)(a) The following individuals are considered to be essential to the successful performance of thework hereunder:I Senior Tech Reviewer I C. Kimura*The contractor agrees that personnel may not be removed from the contract work or replacedwithout 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 tobecome, unavailable for work under this contract for a continuous period exceeding 30 workdays, or is expected to devote substantially less effort to the work than indicated in the proposalor initially anticipated, the contractor shall immediately notify the contracting officer and shall,subject to the concurrence of the contracting officer, promptly replace the personnel withpersonnel of at least substantially equal ability and qualifications.(c) Each request for approval of substitutions must be in writing and contain a detailedexplanation of the circumstances necessitating the proposed substitutions. The request mustalso contain a complete resume for the proposed substitute and other information requested orneeded by the contracting officer to evaluate the proposed substitution. The contracting officerand the project officer shall evaluate the contractor's request and the contracting officer shallpromptly notify the contractor of his or her decision in writing.(d) If the contracting officer determines that suitable and timely replacement of key personnelwho have been reassigned, terminated, or have otherwise become unavailable for the contractwork is not reasonably forthcoming, or that the resultant reduction of productive effort would beso substantial as to impair the successful completion of the contract or the service order, thecontract may be terminated by the contracting officer for default or for the convenience of theGovernment, as appropriate. If the contracting officer finds the contractor at fault for thecondition, the contract price or fixed fee may be equitably adjusted downward to compensatethe Government for any resultant delay, loss, or damage.7 (End of Clause)2052.215-71 PROJECT OFFICER AUTHORITY. (OCT 1999)(a) The contracting officer's authorized representative hereinafter referred to as the projectofficer for this contract is:Name: Davida CunananAddress: US NRCNRR/DSS/SRXB/SFTOWF-O-10A301Washington DC 20555Telephone Number: 301-415-3573Email: Davida.Cunananonrc.govThe alternate contracting officer's representative is:Name: Shaun AndersonAddress: US NRCNRR/DSSOWF O-11C12Washington DC 20555Telephone Number: 301-415-2039Email: shaun.anderson@nrc.gov(b) Performance of the work under this contract is subject to the technical direction of the NRCproject officer. The term technical direction is defined to include the following:(1) Technical direction to the contractor which shifts work emphasis between areas of work ortasks, authorizes travel which was unanticipated in the Schedule (i.e., travel not contemplated inthe Statement of Work or changes to specific travel identified in the Statement of Work), fills indetails, or otherwise serves to accomplish the contractual statement of work.(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, approve technical reports, drawings,specifications, and technical information to be delivered by the contractor to the Governmentunder the contract.(c) Technical direction must be within the general statement of work stated in the contract. Theproject officer 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.8 (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 issuesany unilateral directive whatever.(d) All technical directions must be issued in writing by the project officer or must be confirmedby the project officer in writing within ten (10) working days after verbal issuance. A copy of thewritten direction must be furnished to the contracting officer. A copy of NRC Form 445, Requestfor Approval of Official Foreign Travel, which has received final approval from the NRC must befurnished to the contracting officer.(e) The contractor shall proceed promptly with the performance of technical directions dulyissued by the project officer in the manner prescribed by this clause and within the projectofficer's authority under the provisions of this clause.(f) If, in the opinion of the contractor, any instruction or direction issued by the project officer iswithin one of the categories defined in paragraph (c) of this section, the contractor may notproceed but shall notify the contracting officer in writing within five (5) working days after thereceipt of any instruction or direction and shall request that contracting officer to modify thecontract accordingly. Upon receiving the notification from the contractor, the contracting officershall issue an appropriate contract modification or advise the contractor in writing that, in thecontracting officer's opinion, the technical direction is within the scope of this article and doesnot constitute a change under the "Changes" clause.(g) Any unauthorized commitment or direction issued by the project officer may result in anunnecessary delay in the contractor's performance and may even result in the contractorexpending 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 thecontract action to be taken with respect to the instruction or direction is subject to 52.233-1 -Disputes.(i) In addition to providing technical direction as defined in paragraph (b) of the section, theproject officer shall:(1) Monitor the contractor's technical progress, including surveillance and assessment ofperformance, and recommend to the contracting officer changes in requirements.(2) Assist the contractor in the resolution of technical problems encountered duringperformance.(3) Review all costs requested for reimbursement by the contractor and submit to thecontracting officer recommendations for approval, disapproval, or suspension of payment forsupplies and services required under this contract.(End of Clause)SECTION J -List of Documents, Exhibits and Other AttachmentsAttachments:1. Monthly Letter Status Report Template9