ML20199A738

From kanterella
Revision as of 04:32, 20 November 2020 by StriderTol (talk | contribs) (StriderTol Bot insert)
(diff) ← Older revision | Latest revision (diff) | Newer revision → (diff)
Jump to navigation Jump to search
Forwards Proposal RS-ADM-98-141,entitled, Security Guard Svcs for NRC White Flint Complex
ML20199A738
Person / Time
Issue date: 11/14/1997
From: Wiggins E
NRC OFFICE OF ADMINISTRATION (ADM)
To:
AFFILIATION NOT ASSIGNED
References
CON-GENERAL NUDOCS 9711180088
Download: ML20199A738 (185)


Text

_

s- %D pn acou e i UNITED STATES

{ ,j

'2 NUCLEAR REGULATORY COMMISSION WASHINGTON. D.C. 2056H001 November 14, 1997 OFFERORS:

SUBJECT:

. REQUEST FOR PROPOSAL NO. RS-ADM-98-141, ENTITLED,

" SECURITY GUARD SERVICES FOR NRC WHITE FLINT COMPLEX" The U.S. Nuclear Regulatory Commission is soliciting proposals for the project entitled above. T4.e full scope of work anticipated is as set forth in Part I, Schedule.

It is-our intention by this solicitation to secure the best qualified org ni=ation available to perform this project, cost and other factors considered.

Proposals for this requirement may be submitted by all concerns, i.e., large businesses, small businesses, and small businesses owned and controlled by socially and economically disadvantaged individuals. Notice to large businesses: The subcontracting plan requirements of P.L.95-507 are applicable to this contract; thus, those offerors determined to be in the competitive range must be prepared to submit a detailed subcontracting plan. A source list comprising the names, addresses, and telephone numbers of all concerns requesting a copy of this solicitation, with large businesses identified by an asteri'sk, is enclosed. The presence of a firm's name on the list in no way constitutes NRC's acceptance of the firm for award under this solicitation. A copy of this solicitation and all subsequent amendments have been provided to firms on this list.

For your assistance and guidance in preparation of your proposal, please refer to Section L entitled " Instructions, Conditions, and Notices to Offerors and Quoters." Speci'ic instructions regarding your proposal presentation and format are also contained in Section L.

It is also requested that you complete one copy of the

" Representations and Certifications and Other Statements of Offerors or Quoters" which is provideu in Section K of che RFP.

Section I of the RFP includes the contract clauses which will be incorporated in the resultant contract (Section I).

[)b' Some of these clauses may not be applicable depending on the final contract amount, h/

All proposals will be evaluated against the evaluation criteria shown in Part IV, Section M.

9711100088 971114 PDR ORG NEACCON

!b ll l l ll

e a The proposal shall be signed by an official authorized to bind the company, and it shall contain a statement indicating a proposal acceptance period of not less than 60 days.

Offerors are advised that there is a 10-calendar day deadline for questions concerning the solicitation. Questions should be addressed in writing to Ms. Carolyn A. Cooper, to the address listed below, no later than 3:30 p.m., November 24, 1997.

Offerors are also advised that the " Corporate Experienne and Past Performance Information" discussed in Section L, Subsection L.7, is to be limited to 20 one-sided pages. Any documentation which exceeds the 20 pages will not be evaluated.

Offerors are advised not to submit any foldouts, sales brochures, pamphlets, or videos. These types of documentation will not be evaluated.

CAUTION - It should be noted that this solicitation does not cummit the Government to pay any costs incurred in the submission of proposals or make necessary studies or designs for the preparation thereof, nor to procure or. contract for the services in the enclosed Statement of Work. It is also brought to your attention that the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed procurement.

Your response to the subject solicitation should be sent to the U. S. Nuclear Regulatory Commission, Division of Contracts and Property Management, ATTN: Ms. Carolyn A. Cooper, Mail Stop T-7-I-2, Washington, DC 20555. Hand carried proposals should be addressed in accordance with the foregoing and delivered to 11545 Rockville Pike, Rockville, Maryland 20852. Please call 415-7427 from .lva reception areas for proposal pick-up.

FAR Part 15 policies and provisions as set forth under FAC97-2 dated September 30, 1997 apply to this solicitation.

If you have any questions concerning the requirements of this solicitation, please contact Carolyn A. Cooper, Contract Specialist, on (301) 415-6737.

Sincerely,

,I  ? ,

j i) ',

'yeo 1  %, w E ois J. ,igging, ontracting Officer Division of Con a ts & Property Mgmt.

Enclosures:

As stated

e ..

Page 1 12/14/97 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-98-141 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk)

A.S.I.S. 301-587-8866 MICHAEL HOLIDAY 301-587-1185 1320 FENWICK LANE SUITE 406 SILVER SPRING, MD 20910 ADVANCE SECURITY 919-247-2144 KATHY ODELL 919-726-8274 P.O. BOX MOREHEAD CITY, NC 28557 ADVANCE SECURITY 703-242-1851 BARRY SHOEMAKER 703-242-1853 380 W. MAPLE AVE.

SUITE L-3 VIENNA, VA 22180 AKAL SECURITY, INC. 505-753-7832 DHARAM S. KHALSA 505-753-8689 P.O. BOX 1197 SANTA CRUZ, NM 87567 AMERICA'S FINEST SERVICE COMPANY 910-379-0110 WYNETTA PETERS, PRES. 910-379-7919 407-D PARKWAY DR.

GREENSBORO, NC 27401 AMGUARD PROTECTIVE SERVICES 301-424-1224 DEBBIE GERALD, GEN. ACCT. MANAGER 301-208-7198 7845-C AIRPARK ROAD GAITHERSBURG, MD 20879 AUSNET SECURITY INTELLIGENCE,INC. 305-655-1715 AUGUSTIN EKPETI 305-655-1723 19553 NW 2ND AVENUE SUITE 200 MIAMI, FL 33169

e -e Page 2 11/14/97 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM 98-141 COMPANY PHONE / FAX (Large Bucineses are Identified with'an Asterisk)

B&W PROTEC, INC. 509-375-9723 MARK ALBENZE 509-375-6258 P.O. BOX 40 RICHLAND WA 99352 CDA, INC. 901-526-5313 ALAN ROUSSEAU 901-526-4797 203 BEALE STREET SUITE 305 MEMPHIS, TN 38103 CENTURY SECURITY AGENCY INC 703-834-8916 KRISTEN DONOVAN 703-834-8947 22900 SHAW ROAS SUITE 112-4 DULLES, VA 20166 CES SECURITY 301-608-8264 WILLIAM EVANS 301-621-4105 THE SUMMIT BUILDING 8555 16TH STREET, STE. 805 SILVER SPRING, MD 20910 COASTAL INTRNATIONAL SEC., INC. 803-238-9080 DAVE RODGERS 803-238-8040 600 AZALEA DR.N.

SUITE 3 SURFSIDE BEACH, SC 29575 COMMANDO K-9 DETECTIVES,INC 301-883-9091 DOUGLAS WYCH,SR. 301-883-9186 P.O. BOX 475 CLINTON, MD 20735 COVENANT INDUSTRIES INC. 626-330-3500 STATNEY LATTIN JR. 626-369-0471 P.O. BOX 5189 WEST COVINA, CA 91791

e e Page 3 11/14/97 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-98-141 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk)

DEADELINE CORPORATION 305-892-1777 JOHN AGBEYEGBE .NONE 1035 NE 125TH STREET SUITE 308 MIAMI, FL 33161 DIAMOND DETECTIVE AGENCY,INC. 708-754-9884 JOHN JORDAN,JR. 708-754-9986 P.O. BOX 750 CHICAGO, IL 60411 DIAMOND SERVICE INC. 901-892-0151 KATHY LEDFORD 901-891-4404 P.O. BOX 1345 DUNN, NC 28335 DKA 561-640-9171 MR. ARTHUR SYNDER 561-640-9143 5114 OKEECHOBEE BLVD.

SUITU 109 WEST PALM BEACH, FL 33417 ELITE PROTECTIVE SERVICES,INC. 301-949-9716 MICHAEL KATZ 301-933-9037 2411 BLUERIDGE AVE.

WHEATON, MD 20902 FACILITIES DEVELOPMENT CORPORATION 703-471-5949 JOHN FORRESTER 703-471-3913 108 TERMINAL DRIVE STERLING, VA 20166 GILBERT SECURITY SERVICE INC 703-550-8860 MARIANNE McCOY 703-550-8868 8245-D BACKLICK ROAD LORTON, VA 22079 GOVERNMENT CONTRACT SERVICES 800-278-5460 561-833-3385 1000 NORTH DIXIE HWY.

SUITE B j WEST PALM BEACH, FL 33401

e i Page- 4 11/14/97 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-98-141 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk)

GREAT LAKES MAINTENANCE & SECURITY 773-994-1899 LEONARD D. WATERS NONE 8734 S. COTTAGE GROVE AVE SUITE 200 CHICAGO, IL 60619 GUARDIAN SECURITY SERVICE INC 312-341-1113 MICHAEL MALINOWSKI 312-341-0531 644 SOUTH CLARK STREET CHICAGO, IL 60605 HURRICANE CONSULTING, INC. 561-833-0801 DOUG MATTIODA 561-833-1795 400 CLEMATIS STREET SUITE 207 WEST PALM BEACH, FL 33401 ICON FORTRESS SECURITY INC. 315-423-7261 ERNEST HOUDE 315-423-8617 124 E. GENESEE STREET SUITE 205 SYRACUSE, NY 13202 INTEGRITY INTERN'L SEC. SERV.,INC. 615-647-5384 GLENN CHAMBERS 615-645-8315 211 SOUTH SIXTH STREET P.O. BOX 274 CLARKSVILLE, TN 37040 KNIGHT PROTECTIVE SERVICE,INC. 301-808-4669 JOLEEN JOHNSON 301-350-1771 8507 EDGEWORTH DR.

CAPITOL HEIGHTS, MD 20743 MAXIMUM SAFETY / SECURITY ASS., INC. 404-294-9146 JESSIE SIMPKINS 4151 MEMORIAL DRIVE SUITE 107D DECATUR, GA 30032

Page 5 11/14/97 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-98-141 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk)

MAXIMUM SECURITY N. ROBINSON 4249 WEST IMPERIAL HIGHWAY SUITE 208 HAWTHORNE, CA 90304 MVM,INC. 703-790-3138 MICHAEL KELLY 703-790-9526 ,

8301 GREENSBORO DRIVE SUITE 300 MCLEAN, VA 22102 PREMIER PRIVATE c?". SERV.,INC. 213-777 6136 M. GILLESPIE 213-779-0213 2930 WEST IMPERIAL, HWY. #501 INGLEWOOD, CA 90303 PROPERTY MAINTENANCE CORPORATION 540-342-1594 CALVIN H. JOHNSON NONE 416 11TH STREET, N.W.

P.O. BOX 13541 ROANOKE, VA 24035 PROTECT!ON TECHNOLOGY 215-656-2622 ATTN. ALLEN BOWSER 215-656-2617 1819 MARKET STREET 14TH FL^DE PHIL/CELTHIA, PA 19103 RAI RFF DEPARTMENT 301-776-5000 MARE FOMPLON 8221 PRESTON COURT JEESUP, MD 20794 SC SECURITY INC 804-293-8164 KEVIN L. SMITH 804-971-9226 125 KIVERBEtO DRIVE P.O. BOX 8003 CHARLOTTESVILLE, VA 22906

e o Page 6 11/14/97 BIDDER'S MAILING LIST FOR-SOLICITATION NUMBER: .RS-ADM-98-141 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk)

SCRUPPLES, INC. 202-625-0222 LOUIS CASALE 202-625-2099

-3255 K STREET,NW PAPERMILL WASHINGTON, DC 20007 SECURIGUARD, INC. 703-821-6777 PATRICIA MARVIL 703-790-1696 6858 OLD DOMINION DRIVE SUITE 307 MCLEAN, VA 22101 SECURITY ASSOC. INTERNATIONAL, LTD. 703-257-0292 PETER PANDOLF'. 703-257-0428 8700 CENTREVILLE ROAD SUITE-413 MANASSAS, VA 20110 SECURITY CONSULTANTS GROUP, INC. 423-482-7440 MARSHA LANGFORD 423-482-9436 178 NORTHWESTERN AVE.

OAK RIDGE, TN 37830 SECURITY SPECIALISTS, INT'L 207-498-3712 WIILIAM HAUSE 207-498-3485 52 COOLIDGE AVE.

CARIBOU, ME 04736 SIM&S INC 615-454-0833 JAY JOHNSON 615-455-0834 313 NORTH JACKSON STREET SUITE #1 TULLAHOMA, TN 37388 SPI SECURITY, INC. 918-834-5151

-LARRY FERGUSON 918-834-5202 6902 E. 14TH PLACE TULSA, OK 74112

Page 7 11/14/97 ,

BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-98-141 COMPANY' PHONE / FAX (Large Busineses are Identified with an Asterisk)

THE W.C. PARISH COMPANY INC. 510-567-1680 EDGAR ROSAS Q. 510-567-1690 333 HEGENBERGER RD.

SUITE 501 OAKLAND, CA 94621 TOP GUARD SECURITY,INC. 757-722-3961 CHRISTOPHER STUART 757-722-9902 P.O. BOX 284 HAMPTON, VA 236f" UNITED INT'L. INVEST. SERV ,INC. 714-974-2311 ANNETTE PORTER 180 N. RIVERVIEW DR.

STE 100 ANAHIEM, CA 92808 UNLIMITED SECURITY,INC. 202-371-1561 JEFFREY JACKSON 202-371-0018 Gil L STREET,N.W.

WASHINGTON, DC 20001 USATREX INTERNATIONAL, INC. 703-448-0178 MARVIN FURUSHO 703-448-1422 1953 GALLOWS ROAD SUITE 810 VIENNA, VA 22182 VGA ENTERPRISES INC 301-317-3355 VINCE AKING JR 301-317-0173 14625 BALTIMORE AVE

-SUITE 288 LAUREL, MD 20707 WACKENHUT SERVICES INCORPORATED 561-622-5656

' DAVID SOUTH WORTH 561-691-6779 4200 WACKENHUT DRIVE #100 PALM BEACH GARDENS, FL 33410 gw-

. . - . . __ ~ . _.-

e e Page 8 11/14/97 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER: RS-ADM-98-141 COMPANY -

PHONE /-FAX (Large Busineses are Identified with an Asterisk)

WHITE GLOVE SERVICE SYSTEMS,INC. 602-254-5508 DENNIS MILLER 602-254 7818 844 NORTH 4TH AVE.

PHOENIX, AZ 85003

e e SOLICITATION, OFFER AND AWARD Page 1 of 3 Pages

1. This-contract is a rated order under DPAS(15 CFR 700) RATING:
2. CONTRACT NO. 3. SOLICITATION NO. 4. TYPE OF SOLICITATION RS-ADM-98-141 () SEALED BID (IFB)

[X] NEGOTIATED (RFP)

5. DATE ISSUED 6. REQUISITION / PURCHASE REQ. NO.

11/14/97 ADM-98-141

7. ISSUED BY CODE 8. ADDRESS OFFER TO ATTN: RS-ADM-98-141 (If other than Item 7)

U.S. Nuclear Regulatory Commission Division of Contracts, Contracts Management Branch:-No. 2 Mailstop T-712 Washington, D.C. 20555 NOTE: In sealed bid solicitations, " offer"/" offeror" mean "bida/" bidder".

SOLICITATION

9. Sealed offers for furnishing the services or supplies in the schedule are ~~

due at 3:30 PM, Washington, DC local time on December 15, 1997. Offers sent through the U.S. Mail (including U.S. Postal Service Express Mail Next Day Service --Post Office to Addressee) must be addressed to the place specified in Item 7.

All hand-carried offers including those delivered by private delivery services (e.g. Federal Express and Airborne Express) must be delivered to the loading dock security station located at 11555 Rockville Pike, Rockville, Maryland 20852 and received in the depository located in Room T7-12. All offerors should allow extra time for internal mail distribution. NRC is a secure facility with perimeter access-control and NRC personnel are only available to receive hand-carried offers during normal working hours, 7:30 AM - 3:30 PM, Monday through Friday, excluding Federal-holidays.

Offerors should clearly identify the RFP number on the outside wrapper. IFBs should have the Optional Form (OF) 17, " Sealed Bid Label," affixed to the outside wrapper.

CAUTION - LATE SUBMISSIONS, MODIFICATIONS AND WITHDRAWALS. SEE SECTION L.

PROVISION NO. 52.214-7 OR 52.215-10.

All offers are subject to all terms and conditions contained in this solicitation. (See the Provision in Section L, " Proposal Presentation and Format.")

10. .FOR INFORMATION A. NAME: B. TELEPHONE NO. (Include Area Code)

CALL: Carolyn A. Cooper (NO COLLECT CALLS)

(301) 415-6737 EXCEPTION TO STANDARD FORM 33 (REV.4-85) Prescribed by GSA FAR (4 8 CFR) 53. 214 (c)

SOLICITATION, OFFER AND AWARD. Pagei2 hf 3 Pages-

11. TABLE OF CONTENTS-
X SEC DESCRIPTION- PAGE(S)-

PART I - THE SCHEDULE-A !- SOLICITATION / CONTRACT FORM B SUPPLIES OR SERVICES AND PRICES / COSTS C: DESCRIPTION / SPECIFICATIONS / WORK STATEMENT D PACKAGING AND MARKING E INSPECTION AND ACCEPTANCE.

F DELIVERIES OR PERFORMANCE G CONTRACT ADMINISTRATION DATA H SPECIAL CONTRACT REQUIREMENTS PART II -

CONTRACT CLAUSES I CONTRACT CLAUSES PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS J LIST OF ATTACHMENTS PART IV - REPRESENTATION!, AND INSTRUCTIONS K -REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS l L .- INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS M EVALUATION FACTORS FOR AWARD OFFER (Must be fully completed by offeror)

-NOTE: Item 12 does not apply if the solicitation includes the provision at 52.214-16, hinimum Bid Acceptance Period.

12. In compliance with the above, the undersigned agrees, if this offer is lcccepted within calendar days (60 calendar days unless a different period

'is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point (s) , within the time specified in the schedule.

13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) 10 CALENDAR DAYS 20 CALENDAR DAYS 30 CALENDAR DAYS CALENDAR DAYS
14. ACKNOWLEDGMENT OF AMENDMENTS The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated:

AMENDMENT NO. DATE AMENDMENT NO. DATE EXCEPTION TO STANDARD-FORM 33 (REV . 4 - 8 5 ) Prescribed by GSA FAR (48 CFR) 53. 214 (c)

-4 y

4 e

. SOLICITATION,-OFFER AND AWARD Page 3-of 3 Pages

- OFFER (CONTINUED) 15A. NAME AND . , CODE . l l FACILITY j 16.: NAME AND TITLE OF PERSON'

-ADDRESS- AUTHORIZED TO SIGN OFFER 1

-OF (Type or print)

OFFEROR 15B. TELEPHONE NO. . (Include Area 15C. CHECK IF REMITTANCE ADDRESS-IS

. Code) - [' ] DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE

17. SIONATURE: 18. OFFER DATE:

AWARD (To be completed by Government) '

19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION
22. AUTHORITY FOR OSING OTHER THAN FULL AND GiSN COMPETITION:

- l ~) 10 U.S.C. 2304 (c) [ ] [] 41 U.S.C. 253 (c) [ ]

23.-SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM (4 copies unless otherwise specified)

24. ADMINISTERED BY ' ODE l 25. PAYMENT WILL BE MADE BY CODE l (If-other than Item 7)

. 26..NAME OF CONTRACTING OFFICER 27. UNITED STATES OF AMERICA- ,28. AWARD (Type or Print) DATE

(Signature of Contracting Of ficer)

IMPORTANT - Award will be made on this Form or on Standard Form 26, or by other~ authorized official written notice.

EXCEPTION.-TO STANDARD FORM 33 (REV . 4 - 8 5 ) - Prescribed by GSA FAR (4 8 CFR) 53. 214 (c) h r, n -,m - --..-r-y .,-p--ou ay & c.- -s + w - ,w s- - - 4 - .q- -- --

TABLE OF CONTENTS PAGE SOLICITATION, OFFER AND AWARD PART I - THE SCHEDULE . . . . . . . . . . . . . . . . . . . . . . . -5 SECTION B - SUPPLIES OR SERVICES AND PRICES / COSTS . . . . . . . . . 5 B.1 PROJECT TITLE . . . . . . . . . . . . . . . . . . . . 5 B.2 BRIEF DESCRIPTION OF WORK (?UU1 1987) . . . . . . . . . 5 B.3 BRIEF DESCRIPTION OF WORK . . . . . . . . . . . . . . . .5 B.3.1 SCHEDULE OF ITEMS AND PRICES- . . . . . . . . . . . . 5 B.4 CONSIDERATION AND OBLIGATION--FIRM FIXED PRICE . . . . 7 (JUN 1988) .

SECTION-C - DESCRIPTION / SPECIFICATIONS / WORK STATEMENT . . . . . . . 8 C.1 INTRODUCTION . . . . . . . . . . . .. . . . . . . . . .. 8 C.2 CONTRACT OBJECTIVE , . . . . . . . . . . .. . . . . . . 8 C.3 SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . 8 C.4 ORDERS . . . . . . . . . . . . . . . . . . . . . . . . . 9 C.5 CONTRACTOR RESPONSIBILITIES . . . . . . . . . . . . . . 10 C.5.1 Protective Security Services . . . . . . . . . . . . 11 C.6 PERSONNEL REQUIREMENTS . . . . . . . . . . . . . . . . . 14 C.6.1 Protective Security Personnel . . . . . . . . . . . . 14 C.7 PROFESSIONAL _ CONDUCT, HEALTH, AND APPEARANCE . . . . . . 15 C.7.1 Professional Standards . . . . . . . . . . . . . . . 15 C 7.2 Removal / Replacement of Security Officers . . . . . . 15 C.7.3 Intoxicants and' Narcotics . . . . . . . . . . . . . . 17 C.7.4 Relief by an Intoxicated Person . . . . . . . . . . . 18 C.7.5 Prescribed Narcotics . . . . . . . . . . . . . . . . 18 C.7.6 Prescription Drugs . . . . . . . . . . . . . . . . . 18 C.7.7 HEALTH AND PHYSICAL FITNESS . . . . . . . . . . . . . 18 C.7.8 General Qualifications . . . . . . . . . . . . . . . 19 C.8 PERSONAL APPEARANCE AND GROOMING STANDARDS , . . . . . . 21 C.8.1 Uniforms . . . . . . . . . . . . . . . . . . . . . . 21 C 8.2 Grooming Standards . . . . . . . . . . . . . . . . . 21 C9 PERSONNEL SECURITY AND FACILITIES CLEARANCE REQUIREMENTS 23 C.9.1 Pre - Em,t i ryment Checks . . . . . . . . . . . . . . . . 23 C.9.2 Suitability Determination . . . . . . . . . . . . . . 23 C.9.3 Clearance Levels for Personnel . . . . . . . . . . . 24 C.9.4 Regulations Governing Public Buildings and Grounds . 25 C.10 TRAINING REQUIREMENTS . . . . . . . . . . . . . . . . . 25 C.10.1 Type of_ Training . . . .. . . . . . . . . . . . . . 25 C.10.2 Master Training Program . . . . . . . . . . . . . . , 26 C.10.3 Minimum Training Requirements . . . . . . . . . . . . 26 C.10.4- Supervisory Training . . . . . . . . . . . . . . . . 27 C.10.5 Annual Recertification Training . . . . . . . . . . . 28

-C.10.6 Firearms Training . . . . . . . . . . . . . . . . . . 29 C.10.7 = Emergency Response Capability . . . . . . . . . . . . 29 C.10.8 Training Materials _and Facilities . . . . . . . . . . 29 C.10.9. Licenses and Permits . . . . . . . . . . . . . . . . 30 C.10.10 Certification Cards . . . . . . . . . . . . . . . . . 30 C.10.11-Instruction, Qualifications and Certifications of Inst 30 L

t TABLE OF CONTENTS PAGE

- C.11LPROJECT MANAGEMENT . . . . . . . . .. . . .. . . . . . 31 C.11.1 -Priject Management -

. . . . . .. . . . _. . . . . . .- 31 C.11.2 Project Management Plan-. . .. . . .. . . . . . . _. 31-C .11.~ 3 ' Recruitment-Plans . . .. . . . . . ., . . . . . . . . 31 C.11.4 Employee Retention Program- .  ; .. , .o. . . . . . . 31 ,

' C .' 11. 5 Quality Assurance Program . . . .. . . .. . . . . . . 32 C.11.6- Daily Reporting and Other Required Reports . . . . . 32 C.11.7 Recording Presence . . . . . . . . . . _. . . . . . . - 32 C.11.8 Breaks . . . . . . . . . . . -. . . . . - . . . . . . . . 32 C.11.9 Relief and .Subst.itute ' Personnel . . . . . . . . . . . 32 C.11.10 Termination / Transfer of Personnel .. . . . . . . . . - 32 C.11.11 Contractor Employee Files . . . . . . . . . . , . . . 33 C.11.12 Staffing- . . . . . . . . . . . . . . . . . . . . . 33

- C.11.13 Contractor Facilities.. . . . . . . . . . . . . . . . 33 C.11.14' Orientation and Government Facility Sur/ey . . . . . 33-

C.11.15 Preliminary Transition Plan . . . . . . . . . . . . . 34 SECTION D - PACKAGING AND MARKING . . . . . . . . . . . . . . . . . 36 D.1 PACKAGING AND MARKING (MAR 1987) . . . . . . . . . . . 36 SECTION E - INSPECTION AND ACCEPTANCE . . . . . . . . . . . . . . . 37 E.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 37 E.2 PLACE OF INSPECTION AND ACCEPTANCE-(MAR 1987) . . . . 37 SECTION F - DELIVERIES OR PERFORMANCE . . . . . . . . . . . . . . 38 F.1 52.252 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 38 F.2 DURATION OF CONTRACT PERIOD'(MAR 1987) . . . . . . . . 38 ALTERNATE 2 (MAR 1987)

SECTION G - CONTRACT ADMINISTRATION DATA . . . . . . . . . . . . . 39 G.1 NRCAR 2052.215-72 PROJECT OFFICER AUTHORITY , . . . . 39 ALTERNATE 1 (JAN 1993)

G.2 USE OF AUTOMATED CLEARING HOUSE (ACH) . . . . . . . . 39 ELECTRONIC PAYMENT G.3 ADJUSTING PAYMENTS . . . . . . . . . . . . . . . . . . . 40 G.3 I APPLICATION OF CRITERIA FOR DEDUCTIONS . . . . . . . 40 SECTION H --SPECIAL CONTRACT REQUIREMENTS . . . . . . . . . . . . . 42 H.1 NRCAR 2052.204-71 SITE ACCESS BADGE . . . . . . . . . 42 REQUIREMENTS (JAN 1993)

H.2' NRCAR 2052.215-70 KEY PERSONNEL (JAN 1993) . . . . . . 42 H.3 NRCAR 2052.235-72 SAFETY, HEALTH, AND FIRE . . . . . . 43 PROTECTION (JAN 1993)-

H .' 4 - . DETERMINATION OF MINIMUM WAGES AND FRINGE BENEFITS . . 44 (NOV 1989)

H.5 -GOVERNMENT FURNISHED EQUIPMENT / PROPERTY (NOV 1994) . . 44 H.6 DENIAL OF FEDERAL BENEFITS TO INDIVIDUALS . . . . . . 45

-CONVICTED OF. DRUG TRAFFICKING OR POSSESSION (SEP 1990) '

- H.7 SECURITY . . . . . . . . . . . . . . . . . . . . . . . -45

-PART--II -' CONTRACT CLAUSES . . . . . . . . . . . . . . . . . . . . 49 11 ur% e, e-

- . . . . _ _ . - ._ ~ ~. . - .

-TABLE OF CONTENTS PAGE  :

f SECTION :I ' : CONTRACT CLAUSES . . . .- . .:. . . . . . . . . e . . . 49 I.1 52.252-2' CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 49-I.2. 52.217-9 -OPTION TO EXTEND THE TERM OF THE . . . . . . 51 .

CONTRACT (MAR 198 9) -

.I.3 .52.222-42 STATEMENT OF EQUIVALENT RATES FOR . . . . .- . 52 FEDERAL HIRES (MAY 1989)

'I.4 FOREIGN OWNERSHIP, CONTROL, OR INFLUENCE OVER CONTRACTOR- 52.

PART.III - LIST.OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS . .. . 55 SECTION J -1 LIST OF ATTAC9MENTS . . . . . . . . . . . . . . . . . 55 _'

J.1 ATTACHMENTS sMAR 1987) . . . . . . . . . . . . . . . 55

- PART IV - REPRESENTATIONS AND INSTRUCTIONS . . . . . . . . . . . . 57 i SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND . . . . . . . . . 57

-OTHER SI'ATEMENTS OF OFFERORS K.1 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATIO- 57 (APR'1985)

K.2 52.203-11 CERTIFICATION AND DISCLOSU.".E REGARDING PAYMEN 58 TO INFLUENCE CERTAIN FEDERAL TRANSACiIONS (APR 1991)

K.3 52.204-3 TAXPAYER IDENTIFICATION (JUN 1997) . . . . . 59 K.4 52.204-5 WOMEN-OWNED BUSINESS (OCT 1995) . . . . . . . 61 K.5 52.2.04-6 CONTRACTOR IDENTIFICATION NUMBER--DATA UNIVERS 61 NUMBERING SYSTEM (DUNS) NUMBER (DEC 1996)

K.6 52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, 62 PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (MAR 1996)

K.7- 52.215-4 TYPE OF BUSINESS ORGANIZATION . . . . . . . 64 (OCT 1997)

K.8 52.215-11 AUTHORIZED NEGOTIATORS (APR 1984) . . . . . 64 K.9 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS . . . 64 (JAN 1997)

K.10 52.222-21 CERTIFICATION OF NONSEGREGATED FACILITIES . 66 (APR 1984)

K.11 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS . 67 (APR 1984)

K.12 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) . . 68

,K.13- 52.223-1 CLEAN AIR AND WATER CERTIFICATION (APR 1984) 68-K.14 NRCAR 2052.209-70 QUALIFICATIONS OF CONTRACT . . . . . 69 EMPLOYEES (JAN 1993)

K.15 NOTICE TO OFFERORS - CERTIFICATE PERTAINING TO FOREIGN IN 69 SECTION L - INSTRUCTIONS, CONDITIONS, AND . . . . . . . . . . . . . 71 NOTICES TO OFFERORS

-L.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED . . . . 71

-BY-REFERENCE '(JUN.1988)

~

-L.2 52.216 TYPE OF CONTRACT (APR 1984) . . . . . . . . 71

- L 3

. 52.233-2 SERVICE OF PROTEST (AUG.1996) . . . . . . . 71 L.4 -52.237-1 SITE VISIT (APR 1984) . . . . . . . . . . . -72 iii

(

.. . . . - . - . . .~ . . - . - . -- . . - - . _ - . . . . - .. -.

I TABLE OF CONTENTS PAGE l l

L.5 NRCAR 2052.215-75 AWARD NOTIF~ CATION AND . . . . . .. 72  !

l COMMITMENT OF PUBLIC FUNDS (JAN-1993)

L.6- NRCAR 2052.215 DISPOSITION OF PROPOSALS . . . . .. 73 L.7- PROPOSAL PRESENTATION AND FORMAT . . . . . . . . . . . .- 73 L.8 NRCAR 2052.222-70 NONDISCRIMINATION BECAUSE . . . . . 75 OF. AGE (JAN-1993) ]

-L.9 SUBCONTRACTING PROGRAM PLAN ~FOr UTILIZATION OF SMALL . '75 BUSINESS AND SMALL DISADVANTAGED BUSINESS CONCERNS (JUN 1991)

L.10 ESTIMATED' DURATION (JUN 1988) . . . . . . . . . . . . 75 L.11 USE OF AUTOMATED CLEARING HOUSE.(ACH) ELECTRONIC . . . 75 PAYMENT / REMITTANCE ADDRESS L.12 52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE . , . . .. 76 ACQUISITION (OCT 1997)

SECTION M - EVALUATION FACTORS FOR AWARD . . . . . . . . , . . . . 82 M.1 52.252-1 SOLICITATION PROVISIONS INCOI:PORATED . . , . 82 BY REFERENCE (JUN 1988)

M.2 CONTRACT AWARD AND EVALUATION OF PROPOSALS . . . . . . 82 COST AND TECHNICAL MERIT OF EQUAL VALUE M.3 EVALUATION RITERIA . . . . . . . . . . . . . . . . . . 83 l

l iv l

. . - - . ~ . _ . _ _ _ - - - - _ - . _ _ - _ _ . . . -

'RSiADMi982141 Section B PART I - THE-SCHEDULE-SECTION B - SUPPLIES OR SERVICES-AND PRICES / COSTS' t

- B .11 PROJECT TITLE'

-The title of this; project is as follows': >

" Security Guard Service for the White Flint Complex"

-[End of Clause]

_B,2. BRIEF DJSCRIPTION OF FORK (MAR 1987)

B.3 BRIEF DESCRIPTION OF WORK The contractor shall provide the management, supe rvision, manpower,. equipment and supplies, except as provided-by the ,

Government-(see Section-H, Government Furnished Property) necessary to' provide guard services, as described herein to carry out. the day-to-day duties such as. access control; security / safety of Government and_ contractor employees. visitors and guests, protection _and control of property and classified and sensitive information, and the maintencnce c' law and order at special

-events that u cur at the_NRC facility which require _ temporary security support.

The contractor must use other resources and technology, such as alarm and fire monitoring equipment,_ metal detectors, safety equipment, badge / key card access systems and closed circuit televisions to accomplish this mission.

[End of~ Clause]

B.3.1 SCHEDULE-OF ITEMS AND PRICES BASE PERIOD (2/1/98 -

1/31/99)

UNIT TOTAL QTY. UNIT PRICE AMOUNT Supervisory security Guards 12,776 Hours $ $

Armed Security Guards 43,800 Hours $ $

' Unarmed' Security Guards 29,715 Hours $ S

. TOTAL AMOUNT FOR-BASE PERIOD . . . . . . . . . . . . . . $

, OPTION PERIOD.ONE (2/1/99 - 1/31/00)

Page 5 of 64 I

L_--_____________ _ , _ - _ _. _ . . . _ . . _ _ _ . _ _

'RS-ACM-98-141 Section B.

.D.3.1 (Continued)

UNIT TOTAL QTY. UNIT PRICE AMOUNT Supervisory Security Guards 12,776 Hours $ $

Armed Security Guards 43,800 Hours S $

Unarmed Security Guards 29,715 Hours S $

TOTAL AMOUNT FOR OPTION PERIOD ONE , , . . . . . . . . . $-

OPTION PERIOD TWO (2/1/00 -1/31/01)

UNIT TOTAL QTY. UNIT PRICE AMOUNT Supervisory Security Guarde 12,776 Hours $ $

Armed Security Guards 43,800 Hours S $

Unarmed Security Guards 29,715 Hours S $

TOTAL AMOUNT FOR OPTION PERIOD TWO . . . . . . . . . . $

OPTION PERIOD THREE '2/1/01 - 1/31/02)

UNIT TOTAL iTY. UNIT PRICE AMOUNT Supervisory Security Guards 12,776 Hours $ $

Armed Security Guards 43,800 Hours S $

Unarmed Security Guards 29,715 Hours S $

TOTAL AMOUNT FOR OPTION PERIOD THREE . . . . . . . . . . .$

OPTION PERIOD FOUR (2/1/02 - 1/31/03)

UNIT TOTAL QTY. UNIT PRICE AMOUNT Supervisory Security Guards 12,776 Hours S $

Armed Security Guards 43,800 Hours S $

Unarmed Security Guards 29,715 Hours S $

TOTAL AMOUNT FOR OPTION PERIOD FOUR , . . . . . . . . . .$

TEMPORARY ADDITIONAL SERVICES (TAS)

Temporary Additional Services are any rdditional man-hours and or services required that are temporary in nature. The Contractor is required to provide these services as requested by the COR. The order will delineate the post location, total hours, days, clearance requirements, dus ies, break procedurcs, and number of positions Page 6 of 84

. . . . . . , -. - . . .._.- , - .. - . - ,-.._... .F-... . - - . . . . - - _ . . . n..

RS-ADM-98-141' 'Section B:  !

2813.1' (Continued)?:  ?

required. fN6rmally{242 hour-notice-willfbe;givenJEhowever,
on:

occasions,-lessynotice will be~given.

cryc -

, i TASL

'I

- PERIOD: EST.-HOURSi HOURLY-RATE -TOTAL ~-

BASE' PERIOD- 500: $_ -$_ ,

OPTION YEAR ONE-. 500 S ':- _$ ~

. OPTION

  • YEAR TWO ' 500-_ $1 S. l*

OPTION : YEAR THREE = -- 500.- - $i E$

OPTION, YEAR (FOUR-- 500 $_ .$

TOTAL VALUE OF: CONTRACT l(INCLUDES- ALL_ OPTION YEARS): -

s

[End of C1'ause]

- D.4- CONSIDERATION AND OBLIGATION--FIRM FIXED PRICE' i (JUN 1988)

' The firm-fixed price of-this contract is * .

[End of Clause)  ;

  • To be incorporated into any resultant contr.act  :;

1 2

4 d

Page 7-of 84 J

+T- 4g P Erd be4 4 -e*r e ,r -o -.W-'-e't-el'Nf F M -t-ep 1# T P er5+r4z+F "ki'M ' +- 77 n'F w g my' y -

tw'rf 7- rm

s:- .,:

+ RS-ADM-98-1414 Section CL

't

. _ - 1 i

SECTION C - DESCRIPTION / SPECIFICATIONS /NORK' STATEMENT  !

t j

C .1' INTRODUCTION- j

- One of the responsibilities of.the Nuclear Regulatory Commission's:

_ (NRC) Division:of Facilities and Security.(DFS) is to provide _for the -

- security /safetytof-personnel andiprotect-property and information i

~ located at the White FlintLNorth Complex,-11555'and 11545 Rockville-Pike,-and-the warehouse located-at 5000-5010 Bolling Brook Parkway. On ~

anfad hoc-basis, protective services are_provided at other locations, .

usually to accommodate"NRC hearings and meetings.

~

The NRC_has contracted for a security, force to:directly support the Division'of-  !

Facilities and Security hereinafter referred to as DFS, in carrying out i I

itsL mission.

e The1 authority to enforce appropriate regulations for.providing this j '

protection =is delegated.to the Chairman, Nuclear Regulatory. Commission, byithe Administrator of the General-Services Administration (GSA),

-through-a-Dalegation of-Authority (DOA). Under this authority, NRC is authorized- to contract directly for guard services and to issue codes of conduct, rules, and regulations governing guard duties and performance. This delegation exists where the' Government has acquired

_ exclusive or concurrent criminal jurisdiction, i C.2 CONTRACT OBJECTIVE The--purpose of the security guard service is-to provide a 24-hour deterrent-against unauthorized, illegal, or potentially life threatening _ activities directed toward the NRC's employees, visitors,_ ,

information, programs, and properties. These threats include, but are not limited-to, terrorist attacks, thefts of government property / classified materials, unlawful destruction of public properties,. and violations of other Federal and State criminal statutes. _

C.3 SCOPE OF WORK 1

The.-contractor sha.L provide management,' supervision, manpower,

- equipment and supplies, except as provided by the Government (See *

'Section H.6, Government Furnished Property / Equipment), necessary to provide guard ~ services, as. described herein,_to carry out the

, day-to-day-assigned responsibilities for access control; security / safety _of_ government and' contractor employees, visitors, and-guests;: protection and control:of property and_ classified and sensitive

. information; and the maintenance of law and order, at ~ special events ~

thatLoccur at NRC locations which require temporary security support.-

- The Government will provide resources and technology, such as alarm and

' fire' monitoring equipment,-metal detectors, safety equipment, badge / key Page.8 of 84 k.

,ew., r. .. ,6- . -. E ., +w, . . - - , , , - . , - . . - - < r,w ,= m --+--., ,

e- .

'RS-ADM-98-141 Section C C.3 (Continued) card access systems, closed circuit televisions (CCTV), etc., which are required for.the contractorJto accomplish its mission, The Government will also provide facilities for the storage, receipt, issue, and maintenance of. duty weapons, duty ammunition, and other security equipment. Weapons, ammunition and expendable supplies needed for weapons maintenance shall be_ furnished by the contractor, who shall be responsible for the proper use of this equipment and these materials.

(See Section J, Attachment 14, Custody and Maintenance of Government -

Property and Government Furnished Equipment (GFE) and Contractor Provided Property and Equipment which contains provisions for the accountability and responsibilities for security equipment and other items of GFE) ,

The contractor shall be required to recruit,. train, and manage the arned and unarmed security personnel and the supervisory and managerial contract employees assigned to work on this contract. The NRC reserves the right to change the numbers and locations of security posts as necessary dependent on security requirements.

Security personnel provided by the contractor shall be assigned.to designated posts and patrols as described in the " Security Officers Book," wnich is incorporated into the contract by reference.

C.4 ORDERS The basic procedures for the operation and protection of NRC facilities and properties are contained in the General, Post, Supervisory, and Special Orders, and other memoranda provided to the contractor by the Contracting Officer's Representative (COR) within the scope of this contract. A brief description of these typec of orders is provided below, with samples provided in Section J, Attachments 7 - 10:

1) General Orders: Permanent policies and procedures that apply to all contractor employees working on the contract.
2) Post Orders: Permanent policies and procedures that apply to specific fixed posts or patrols.
3) Supervisory Orders: Permanent policies and procedures that apply to supervisors.
4) Special orders: Temporary orders that pertain to special or unusual events.

The Contractor shall comply with all of the above orders. These orders shall be based on established policy, law, security procedures, specifications of the SOW, or as directed by the COR. The orders are subject to revision, as policies and procedures change and shall be kept current to reflect changes in procedures, law, and NRC policy.

Page 9 of 84 4

e e RS-ADM-98-141 Section C C.4 (Continued)

All such changes shall be' prepared and issued by the contractor and

.shall require COR approval prior to distribution and implementation.

-The Contractor may recommend changes to the COR.

The Contractor shall write, distribute, and maintain all written-orders, bound and in good condition, on all-operational and procedural instructions to guide protective security personnel. All orders shall be prepared in accordance to a design and outline (provided and approved by the COR) and shall be formatted using Word Perfect 5.1 or 6.1 (initial formatting will be provided by the Government). Once an order has been approved, a diskette of the finished product shall be provided to the COR. All orders shall require COR approval prior to distribution and implementation.

The COR will provide the contractor with a written request on all new orders required. The contractor shall complete the orders utilizing the following timetable: 1) original (new) General, Post and Supervisory orders shall be completed within ten (10) days of notification of the request; 2) revisions to an existing order shall be completed within three (3) days of notification of the request; and 3) special orders shall be completed within twenty-four (24) hours of notification of the request. Minor changes / revisions may be made via

" pen and ink," subject to COR approval. All orders, regardless of their stage of development, shall be property of the NRC.

The contractor shall ensure the accuracy of orders requiring operational instruction on technical information. Should an operational or procedural deficiency be discovered after COR approval, it shall be brought to the immediate attention of the COR and shall be corrected. The Government will print all orders and attachments developed by the contractor and shall furnish binders for maintaining the orders to the contractor.

C,5 CONTRACTOR RESPONSIBILITIES Except as provided cy the Government, the Contractor shall provide all the necessary supplies and services needed to perform the following protective security services required in this contract. The Contractor shall comply with and enforce all regulations, orders, policies, and/or procedures issued as directives or memoranda by the COR.

Except where precluded by local law or ordinance, the contractor shall make and complete all arrangements, with the appropriate officials in the state of Maryland and Montgomery County to:

a) Have at - least six (6) employees appointed as a Special Police Officer, and as appropriate vehicular ticketing authority.

The NRC must sponsor such requests to the State of Maryland, b) Obtain a permit for each employee, as appropriate, to carry a firearm.

Page 10 of 84

- - - . - . . _ - . _ . _ . _ . _ . . . _ _ . . - _ _ . _ - ~ _ . ._

g eo .-  ;

mRS-ADM-98-141 Section1C?

TC. 5 (Continued)- _--

c); LFir'earm permitsfshall.be carried by;each employeeion their-  !

person.while onLduty unlessilocal orJstate11aw requires the-- ,

,contractorito: maintain 1the~ record. -

- d). .ProvideJany; official-bondnrequired,.payTany' fees or(costs-- -

involved or relatedito the1 appointment;of.-employees as

.Special Police;;and/or authorization forithe armingLor any employees; engaged 11n x providing1servicesispecified.under this. --i contractd e ) -- -_ Wherelapplicablei maintain-a: valid drivers'1icense.

-Copiestof the= licenses'and permits described hereinishall be furnished' '

to=the: Contracting. Officer's Representative, herein referred to:as:the

-COR,fupon1 request. [

l C. 5;11 , Protective Security Sersicos The foll'owing. protective' security services shall_be provided bylthe.

Contractor:

a. Control access-to all NRC-controlled 1 facilities-by visually inspecting NRC-approved photo identification badges or other.

approved building passes.

b. Respon'd co occurrences such as security alerts, civil disturbances, and demonstrations; life-threatening

^

situations such as work place violence, medical alerts and

-fire alarms; and suspected or_ actual criminal violations or other-related situations, as directed by the COR.

.c; perform package 1and vehicle inspections and. limited: searches of individuals,-as described in' General Orders. Metal detection equipment (both stand-alone walk'through and hand-

. held units)-shall be utilized by trained qualified operators 1for:these inspections.

d. Detect, prevent,' and detain when authorized by law, persons-c '

attempting to gain, or'having already. gained, unauthorized

, access to NRC-controlled property. ,

eo Summonifire:and-medical assistance and provide Red Cross-

-certified first aid.and~CPR, as appropriate, for individuals who are injured-or become ill while on NRC property.

Prepare Security; Incident Reports outlining the facts and
circumstances surrounding such events.

l Page 11 of 84 l'

lj

., ~ a ;., ,. . . - , ,- , , . + . ..,c- .. ~-.--,-- .. --,---...a -.n

o e RS-ADM-98-141 Section C l C.5.1 (Continued)

f. Receive, issue, and/or account for all security keys and i locks for NRC buildings, offices, gates, and other secure or restricted areas requiring key access. Keys shall not be duplicated. No locks or keys shall be removed from a post or facility without' written authorization from the COR. A lost key or unauthorized duplicate key shall be considered a compromised key. In those instances where a contractor employee loses or duplicates a key without COR authority, the Gover ment may require the contractor to suspend or remove the individual from NRC duty. When the security of keys or a lock system has been compromised by the actions of the contractor and/or his employees, the lock or system may be replaced in total or in part by the Government and all costs for such replacements shall be borne by the contractor. Payment by the contractor for such replacement shall be effected as a credit on the contractor's invoice, as directed by the Contracting Officer Representative.
g. Monitor and operate alarm systems, and CCTV systems for buildings and properties, and fire and safety detection systems. Maintsin, change, and record security container combinations, security container locations, and check containers as directed to ensure that they are appropriately secured at all times. Empty and dispose of classified waste matter as directed,
h. Provide support to the NRC badging program to include: the manufacture / issuance of photo-identification badges; the maintenance of the associated automated and manual records systems, and ensure accuracy of badge issuance. Monitor building occupants and visitors to ensure that employees, contractors and visitors wear their badges at all time and in addition report any other non-compliaace with NRC security rules and regulations.
i. Conduct preliminary and followup investigations on incidents and esmplaints as specified and directed by the COR.
j. Report potentially hazardous, unsafe, or destructive conditions in buildings and areas and items in need of

. repair (e.g., inoperative lights, leaking faucets, plumbing stoppages, broken or slippery floor surfaces, or any other potentially dangerous-situations). These matters shall immediately be reported to the proper building management and then entered in the log and reported in writing. In addition, the contractor may be required to conduct building quality assurance inspections during normal duty rounds.

k. Provide security during special events and emergency situations to protect NRC facilities, employees, properties, and visitors. Security support shall also be provided Page 12 of 84

e e RS-ADM-98-141 Section C i

C.5.1 (Continued)  ;

during investigations of violations of Federal, State, and-local laws when the violations appear to threaten the security :nd safety of any NRC facility.

_1. Provide patrols for monitoring security, safety, and building _ maintenance.

m. Conduct after-hours sacurity inspections-to ensure building security and detect fire and safety hazards.
n. Tro Ide the security personnel at fixed osts with fully t rained and qualified replacement personnel (relief) to allow for comfort, personal needs, stress, meals, and other required or requested absences from post. Replacement personnel are not required for non fixed posts.
o. As part of daily post functions, conduct security inspections ot NRC offices and facilities for the protection and storage of classified materials. All lock type repositories and cabinets will be signed off as having been checked. Classified materials stored in violation of NRC Management Directives shall be seized and reported in accordance with written procedures contained in General Orders (See Section J, Attachment 7 for sample).
p. Maintain a 24-hour duty log of activities or incidents that require action at a station or post. Separate reports shall be prepared on accidents, injuries, fires, bomb threats _,

and all other unlawful acts, security violations, and any other unusual incidents or events using the prescribed forms and formats,

q. Ensure all reports and other documents, e.g. Security Incident Reports, are written clearly, legibly, and accurately. All reports and documents shall be collected, distributed, filed, and stored in accordance with the Records Retention Schedule and other NRC regulations and requirements and in the manner prescribed by the COR.
r. Provide information and assistance to visitors, guests and NRC employees.
s. Provide security officers as escorts when directed by the COR, for individuals in possession of items that require protection when the safety of the individual and property is of concern.
t. Direct vehicular and pedestrian traffic and control the parking entrances and exits, as specified in the General and Post Orders.

Page 13 of 84

e e RS-ADM-98-141 Section C C.S.1 (Continued)

u. Ensure that the United States and NRC flags are flown in accordance with PBSP 5930.17A, Chapter 22.
v. Receives, writes receipts for, and stores found articles pending disposition,
w. Conduct quality assurance inspections to improve building operations and energy conservation.

The aforementioned listed duties will be described in full detail in General, Post, Supervisory, and Special Orders, to be issued to the contractor during the performance of the contract.

C.6 PERSONNEL REQUIREMENTS C.6.1 Protective Security Personnel The Contractor shall p" ovide personnel which meet the age, education, character, and other qualifications listed below, as well as meeting the position classifications and job descriptions outlined in Section J, Attachment 11, Position Description and Classifications for Uniformed Armed and Unarmed Guards. No less than 80 percent of the personnel working on this contract shall be full-time contractor employees.

The contractor shall provide personnel meeting the following general qualifications. The security guards shall:

a. Be at least 21 years of age,
b. Be a citizen of the United States, who has resided in the U.S. for at least the last 10 years;
c. Possess at least a high school education or GED equivalent,
d. Be able to read and understand the English language to effectively carry out printed rules, detailed orders, instructions, and training inaterials,
e. 'Be able to compose in the English language precise, short paragraphs, written reports, and other such reports required under this contract,
f. Be able to write and speak English well enough to properly communicate with NRC personnel / contractors, co-workers and the general public, and
g. Possess valid driver licenses for operating motor vehicles required in performance of this contract. Contractor Page 14 of 84

V 6 \

RSi ADM-98-141 Section C; j a

C.6.1 (Continued); .'

employeesishall possess an automobile license if required- 4

for their duties.

' C.7 .PROFES5IONAL CONDUCT, HEALTH,-AND APPEARANCE The" standards _for professicnal conducti health 1and~ physical fitness,..

Land personal appearance:and grooming for contract personnel are listed

-below.- .The' contractor shall provide personnel who meet these '

otandards..

C.7.1 Professional Standards =

LThe_ Contractor shall maintain the highest standards of. employee competency,-conduct, cleanliness, appearance, and integrity. .

Assignments shall be performed in accordance_with prescribed regulations and in1accordance with safe and secure working procedures. y and. practices. Violations may result in suspension, or removal of the contract employee from the contract or termination of the contract for the' convenience of the Government.

C.7.2- Removal / Replacement of Security Officers-

The Contractor ar.all remove-any employee from the work site upon NRC ,

determination-that the individual is assigned to-duty for which he 4r-she is not. qualified, .cn for which he or she has been disqualified f or either suitability or security reasons,-or for which he or she is .c uul to be unfit during his or her tour of duty. The COR reserves the :jht to direct the removal of any employee determined to be in noncompliance ,

with-the qualifications. A determinatian-of unfitness may be made from incidents involving violations of General, Post, Supervisory and Special Orders, cur immediately identifiable types of misconduct or

. falsification of records or delinquency.

The contractor shall administer disciplinary action to employees for

' committing the following offenses, or found responsible for the

-following omissions and derelictions while on duty:

a. -Violating Rules and Regulations GoverningLPublic Buildings and Grounds, 4 OFR 101.20 (See Section J, Attachment 15).

Failure to abide _by the State of: Maryland regulations for <

contract security forces.

b '. Failing'to demonstrate courtesy towt rd NRC employees (government and contractors), Federal officials, and the general public. Not. displaying a respectful and helpful attitude in all endeavors-can be'cause'for removal from ,

post. Continued complaints - shall be cause for: removal from the contract.

c. .UnauthorizedLuse.of--Government property including
Page 15 of 84 m

L


N-- - , ~ s, -- , - - . - , w - -w--e -e---~r --wvvs-

, e RS-ADM-98-141 Section C C.7.2 (Continued) communication equipment, such as phones, radios, reproduction, ADP, automobiles, and etc. The Contractor shall pay for any unauthorized telephone calls. Violators >

may be subject to disciplinary action. l

d. Disturbing papers on desks or opening desk drawers or cabinets for other than a bona fide security inspection shall be cause for disciplinary action,
e. Falsiffing or unlawfully concealing, removing, mutilating, or destroying any official documents or records or concealing material facts by willful omission from official documents or records. Violations may be subject to criminal prosecution.
f. Entertaining, socializing, or entering into private business arrangements while on Government property.
g. Granting special favors to NRC employees, family members, contractors, and their friends,
h. Disclosing any official information or making any r.ews er press releases. Violations may be subject to criminal prosecution and/or other displinary actions.
i. Engaging An audacious or demeaning discussions concerning NRC inttrnal matters, policies, grievances, legal issues with the public, or any known associate of the above.
j. Disclosing of any duty assignment (s) or security-related matter without the express approval of the COR.
k. Sleeping while on duty, failing to devote full time attention to assigned duties, unreasonably delaying or failing to carry out assigned tasks, refusing to render assistance or cooperate in upholding the integrity of the work site security, or any other act that constitutes neglect of duties.
1. Not remaining on duty until properly relieved or deserting a duty post.
m. Violating or permitting others to violate NRC security or parking proceoures or regulations,
n. Displaying disorderly or immoral conduct (e.g., using abusive or offensive language, quarreling, intimidating by words or actions, or fighting) or participating in disruptive activities.
o. Gambling or unlawfully wagering or promoting gambling in any Page 16 of 84

RS-ADM-98-141 Section C C.7.2 (Continued)

NRC facility.

p. Accepting or soliciting gifts, favors, or anything of value in connection with official duties,
q. Using the photo-identification key card and/or other NRC identification for other than official business while on or off duty.
r. Knowingly giving false or misleading statements or concealing material facts in connection with official reports, any records, investigations, or other proceedings.
a. Participating in any form of discriminatior against or harassment of other contract employees, NRC employees, or members of the genert) public.
t. Eating, smoking, drinking at the duty station, or taking breaks in any location except those designated as authorized break areas.
u. Employment with any other fira or with the Government, that requires work for more than 12 hours1.388889e-4 days <br />0.00333 hours <br />1.984127e-5 weeks <br />4.566e-6 months <br /> without an 8-hour break. Employment which would constitute a real or apparent conflict of interest with the mission of the NRC.

All persons employed under this contract shall submit a written report to the Contractor listing all sources of "outside employment." Employees shall not be permitted to work more than 12 hours1.388889e-4 days <br />0.00333 hours <br />1.984127e-5 weeks <br />4.566e-6 months <br /> in any one day and must have at least 8 hours9.259259e-5 days <br />0.00222 hours <br />1.322751e-5 weeks <br />3.044e-6 months <br /> of rest between each 12 hours1.388889e-4 days <br />0.00333 hours <br />1.984127e-5 weeks <br />4.566e-6 months <br /> of work for any company, firm, corporation, or person, including self-employment. Written reports shall be provided to the COR.

v. Criminal misuse or misuse of issued weapons or the carrying of any nonissued weapons, as defined by Federal, State, or local law.

C.7.3 Intoxicants and Narcotics Contractor employees shall not possess, sell, consume, or be under the influence of intoxicants, drugs or centrolled substances which produce similar effects. Except in an official capacity, the contractor's employees shall not possess narcotics, dangerous drugs, controlled substances, or marijuana either on or off duty. Security personnel shall not consume alcoholic beverages 8 hours9.259259e-5 days <br />0.00222 hours <br />1.322751e-5 weeks <br />3.044e-6 months <br /> prior to entering on duty. All security officers and supervisors shall undergo a pre-employment and randon periodic drua screening examination by a Board-certified laboratory that is Department of Health and Human Services approved at the Contra, tor's expense. The contractor shall provide a drug screen plan that complies with the Department Health ar,d Page 17 of J4

RS-ADM-98-141 Section C C.7.3 (Continued)

Human Services (HHS) specifications to the COR for approval within 30 days of the contract. In accordance with the HHS specitications, all laboratory test results shall be reviewed by a qualified medical review officer prior to_COR notification. The COR reserves the right to order a blood or urine examination when there is reasonable suspicion to believe an employee has used or is under the influence of any intoxicants, drugs, or controlled substances. The Government will reimburse the contractor when the COR requires an examination and provide the proper hourly compensation for the employee at the rate established under the contract for the number of hours involved in obtaining the examination only if the test results are negative. The failure of any employee to submit to an examination shall be sufficient grounds for removal of that employee from the contract (See Attachment J, Attachment 15, for Alcoholic Beverages and Narcotics at Public Buildings and Grounds).

C.7.4 Relief by an Intoxicated Person An employee who has reason to believe that the person reporting au relief is intoxicated or under the influence of intoxicating drugs, or shows evidence of impaired effectiveness from having used intoxicating drugs, shal? decline to be relieved, and shall immediately notify the COR and the Froject Manager, Assistant Project Manager or Shift Supe rvisor. Accepting relief by an individual known or suspected to be under the influence of alcohol or drugs shall require the contractor to suspend and/or remove both employees from the contract.

C.7.5 Prescribed Narcotics Cont. actor employees shall not be assigned to security posts under this contract if using narcotics or other controlled substances prescribed by a licensed physician that would impair '. heir ability to perform under this contract.

C.7.6 Prescription Drugs The use of non-narcotic prescription drugs by a contractor employee shall be monitored by the Project Manager. The physician must certify that any medications being taken by the individual will not impair job performance.

C.7.7 HEALTH AND PHYSICAL FITNESS Duties under this contract cequire frequent and prolonged walking, standing, running, sitting, and stooping. Occasienally, the contractor employee may have to subdue violent or potentially violent persons, Physical, mental and physiological stamina is a basic requirement under this contract. All prospective ccourity officers shall undergo a pre-employment medical examination by a licensed, Board-certified medical doctor at the contractor's expense. All security officers must be capable of climbing up and down a 19 story building in 15 minutes.

Page 18 of 84

RS ADM-98-141 Section C C.7.7 (Continued)

The contractor shall test all personnel to ensure that'they have the cbility to climb the steps on a quarterly basis. Any disease or illness which could impair the individual's ability to carry out full performance is unacceptable. The contractor shall not submit any prospective employee's prequalification information to the COR for cuitability determination unless they are in compliance with the following health and physical conditions:

C.7.8 General Qualifications Contractor personnel must not have any medical condition (s) or restriction (s) which would impair their full performance of duties as a cecurity officer. They must possess normal power, range of motion, and dexerity. The following describes acceptable medical qualifications:

a. Sense of smell Permanent loss of sense of smell is not acceptable.

Sense of smell is essential for the positiot..

Abnormalities of nose, throat or mouth that interfere with breathing are not acceptable.

b. Speech The capacity for clear and audible speech as required for effective communication on the job. If communication is seriously hampered, the speech condition is not acceptable,
c. Hearing The Contractor personnel should be able to hear at the following levels using an audiometer. There should be no loss of 25 or more decibels at the 500, 1000, and 2000 Hz level in both ears. This represents the hearing required to perform public safety functions.

If there is permanent loss in either ear beyond 25 decibels at 500, 1000, or 2000, Hz level, this is unacceptable. This am7unt of hearing loss would affect critical job performance capabilities.

If a hearing aid is necessary, suitable testing procedures shall be used to assure auditory acuity equivalent to the above requirement.

d. Visual Distant visual acuity: Uncorrected acuity of at least 20/200 in the better eye.

Page 19 of 84

--- _ _ _ _ ~ _ _ _ . . . . _ - - -

RS-ADM-98-143 Section C i

C.7.8 (Continued)

Corrected acuity of at least 20/30 in the better eye and 20/40 in the other eye.

If uncorrected distant vision in t'.e better eye is not at least 20/40, security police officers shall carry aw extra pair of corrective lenses.

Near vioual acuity: Corrected or uncorrected vision of at least 20/40 (14 /28 Snellen) in the better eye.

NOTE: Color blindness is unacceptable.

c. Musculo-Skeletal Unimpaired use of hands, arms, legs, and feet and ability to to run quickly and climb stairs; ability to handle portable fire extinguishers, building fire hoses, and other equipment outlined herein as well as any other equipment not specif3cally stated but required by normal security futies.
f. Overall Body Weight / Height Overall body weight must be in proportion to height in accordance with the acceptable height / weight ratio and maximum level of body fat content as stipulated in NRC's Weight / Height Chart (See Section J, Attachment No. 16)
g. Neurological contractor personnel must not have any neurological disease that will cause seizures that may affect job performance. An individual on medication that controls any neurological disease must provide a physician's statement to the Project Manager,
h. Mental and Emotional Contractor personnel must have normal mental status and an absence af neurotic or psychotic conditions which would adversely affect the ability to handle firearms safely or to act safely and effectively under normal and emergency conditions. An individual on medication that controls any any mental and emotional disorder must provide a physicians statement to the Project Manager.

Failure to meet any of the foregoing medical qualifications will disqualify an applicant or contractor employee from performance under this contract. These are minimum standards and shall not be waived.

Contractor must ensure that employees are obligated to inform the Page 20 of 84 77,. n-- w

R9-ADM-98-141 Section C C.7.8 (Continued)

Project Manager within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> of knowledge of any disqualifying condition. Applicants or contractor employees found to have a disqualifying condition that is correctable may be restored to oligibility upon medically certified correction of the disqualifying ,

condition. -

C.8 PERSONAL APPEARANCE AND GROOMING STANDARDS  !

The personal appearance and grooming standards required by this contract are listed below: .

C.8.1 Uniforms All Security Officers and Supervisors shall wear properly fitted uniforms when on duty. Any individuality shall not interfere with or detract from the proper wearing of the uniform. While on duty under this contract, the contractor personnel are required to wear the security officer uniform designated by the NRC. The contractor shall ensure security officers possess the required number of uniforms that will result in a professional appearance. (Specifications for the uniform are in Section J, Attachment 13.)

Security Officers shall be in uniform and maintain a neat, clean, and business-like appearance and comply with dress standards while on duty.

Violations of grooming standards and personal appearance requirements shall be reported to the COR. Alleged violations shall be fully investigated by the Contractor and corrective action taken to prevent recurrence. Failure to meet the uniform and appearance requirement noted herein is considered being "out of uniform." Security Officers who are out of uniform will not be assigned to a post.

C.8.2 Grooming Standards

a. Eye wear: Only conservative prescription eyeglasses may be worn with the uniform. Sunglasses or eyeglasses that are faddish in atyle or color (e.g., bright, iridescent or fluorescent orange, yellow, red, etc.) or have lenses or frames with initials or other adornments shall not be worn. Mirrored or opaque sunglasses may not be worn. Frame holders which are conservative in color and otherwise unadorned may be worn. Sunglasses or darkly-tinted glasses shall not be worn inside the building unless as medically necessary and prescribed by a licensed physician,
b. Jewelry: Security Officers shall not wear jewelry in their noses.

Females may wear small plain gold tone, silver tone, or pearl button earrings not to exceed 1/4" in diameter. Rings on fingers shall be limited to not more than two rings per finger or two rings per hand.

The wearing of beads, necklaces, chains, bracelets, and similar jewelry while on duty is prohibited unless same is covered by the uniform shirt.

Page 21 of 84

- e, w - -- ,m

RS-ADM-98-141 Section C C,8.2 (Continued)

c. Accessories: Only authorized logos and accessories shall be worn t on or with the Security Officers uniform. At no time, shall a contract '

cmployee display, or cause to be displayed, any unauthorized contractor  :

insignia or logo-while on duty without written approval of the COR.

d. Shirts: Shirts shall be worn with the cuffs fully extended and buttoned. Short sleeve shirts shall be worn with one button open at the collar and sleeves fully extended. ,
e. Hosiery: Hosiery shall be navy blue or black. Bare legs and patterned stockings or socks shall not be worn.
f. Undergarments: Shall be worn in such a manner so as to be concealed from view. No lettering or design shall be visible through the uniform shirt,
g. Mustaches: If a mustache is worn, it shall be kept neatly and trimmed evenly so that no portion extends more than 1/2 inch below or beyond the line of the individual's upper lip.  ;

i

h. _ Beards: The face shall be kept clean shaven. The temporary wearing of beards may be authorized by the COR, if prescribed by a Board-certified medical doctor for pseudo folliculitis barbae. In such cases, said beard shall be neatly trimmed to a length not to exceed 1/4 inch.
i. Hair (Females): Hair and/or wigs must be a natural hair color and kept clean, neat, and styled to present a managed appearance. Hair ,

shall be arranged so that it does not extend more than 2 1/2 inches below the bottom of the collar. Bouffant and modified bush styles are acceptable if they allow for proper wearing of headgear. No decorations shall be worn in the hair and items used to hold the hair -

in place shall be concealed as much as possible and shall be of a color and style that blend with the hair.

j. Hair-Hairpieces (Males): Hair must be a natural hair color, neatly groomed, and chall not fall over the eyes or below the top of the collar. It chall be kept clean and the length and/or bulk of the hair shall not be excessive or present a ragged, unkempt, or extreme appearance. Alc . the bulk or length of the hair shall not interfere with the wearing at headgear and no decorations shall be worn in the hair.
k. Sideburns: Sideburns shall not be conspicuous and shall be neatly trimmed at all times. Sideburns shall not extend below the top of the ear canal nor forward past a vertical line extending 1/2 inch backward from the outer corner of the eye.
1. Fingernails: Fingernails shall not extend further than 1/2 inch beyond the tip of the finger. Fingernail polish may be used if the Page 22 of 84

I RS-ADM-98-141_ Section C C.S.2 (Continued) color is neutral.

C.9 PERSONNEL SECURITY AND FACILITIES CLEARANCE REQUIREMENTS Contractor personnel shall have clearances commensurate with-the level of access required for performance under this contract.

C.9.1 Pre-Employment Checks The contractor shall conduct a pre-employment background investigation on each employee applying to work under this contract. The-investigation shall include, but not be limited tot

a. A criminal record check as authorized by local laws, at

-locations where the employee has lived the last 5 years and at all locations where the employee.will perform Leontract services; b .- A check to~ ensure the_the individual is in compliance with the Lautenberg Amendment (Section 921(a), Title 18, U.S.C., Paragraph (33) (A)) .

c. .V past employment check going back for the past 5 years, or to the employee's leth birthday;

'd, A check of a minimum of three personal reference checks (one of which shall be a developed source;

e. A commercial credit investigation.

The contractor shall provide written certification to the COR that pre-employment checks have been conducted and are satisfactory or are in. process for employees nominated by the contractor for placement in positions under this contract, including enrollment in a basic training course. The prospective employees shall meet the established standards and criteria.

C.9.2 Suitability Determination The contractor shall farnish the COR with information for a suitability

- deternnination by the COR at least 3 workdays before the employee begins

basic training. The contractor.will be notified by the COR if an employee fails to meet the requirements of the suitability determination. Contractor employees rejected by the COR shall not be assigned to this-contract. The fact that-the Government performs suitability determinations shall not in any manner relieve the contractor of his' responsibility;to assure all security officers furnished meet contract specifications. The following information/ items Page 23 of 84

i RS-ADM-98-141 Section C C.9.2 (Continued)

a. A medical certificate issued in accordance with requirements which states that the employee has not tested positive for the use of any illegal drug. (Prescription drugs, issued by a licensed medical doctor, which cause a positive drug reading must be stated in detail by the certifying institute or agency on the medical certificate.)
b. The contractor shall be responsible for assuring that each security officer and supervisor utilized under this cor. tract shall successfully pass the health certification requirements outlined in this section and submit a copy of a health certificate. Each certificate shall be signed by a licensed Board-certified medical doctor who will certify that the individual meets the criteria of this section of the contract. No security officer or supervisor shall be assigned to a position under this contract until this certificate has been submitted and approved by the COR.
c. SF 86, " Questionnaire for National Security Positions" and required attachments.
d. FD-258 Fingerprint Card (2).
c. NRC Form 176, " Security Acknowledgment".

Any request for waiver of contract requirements. (Requests for waiver must reflect the circumstances that justify the waiver request. A denial of waiver by the COR will eliminate the employee from assignment to this contract.)

NOTE: If the employee indicates military service on either the company application or the SF Form 86, one copy of the DD-214 (Record of Discharge) showing the type of discharge must be included in the packet.

C 9.3 Clearance Levels for Personnel Contractor personnel assigned to a position under this contract shall be required to possess "O" or "L" personnel security clearances in accordance with the Statement of Work. Security clearances will be issued by the NRC. This requirement also pertains to officers of the firm and other employees not assigned to the contract who for any reason may visit work site (s) frequently enough during the term ot the contract to require an NRC security identification badge, Within five (5) working days after receipt of notice that a firm has bean selected for' award, the firm selected for award must provide the following (at a minimum) number of completed security applications for Page 24 of 84

RS-ADM-98-141' Soction C  !

{

C. 9. 3 ' (Continued) i cmployees in each labor category: f

-3 '

Supervisory Security Guards Armed Security Guards 12-  !

Unarmed Security Guards 15 {

Each security application.shall be complete _and include all of the forms _specified,in the-Security Clause in Section H, and shall be i procebsed in-accordance with this clause.

i Timely-receipt'of these security applications is a condition for. award and the contract will not be awarded prior to the satisf action of this ,

condition. Failure-of the selected firm to comply with this-condition I within the five working days shall void theLnotice of selection. In i that-event, the Government wil select another firm for award,.and the i' original firm selected for award shall have no claims for costs incurred prior to contract award, i C.9.4 Regulations Governing Public Buildings and Grounds l The rules and regulations contained in Federal Property Management 1 Regulation 41 C.F.R. 101-20.3, as amended by NRC, are applicable to all 1

' buildings under control of the Commission, and to all persons entering ,

into or on such properties. Additional regulations specifically  :

applicable to NRC facilities are contained in 36 C.F.R. 1200. (See  !

Section J, Attachment.15, Rules-and Regulations Governing Public  !

Buildings and Grounds, for applicable sections of 41 C.F.R. 101-20.3.)  !

i C.10 TRAINING REQUIRENENTS i C.10.1 Type of Training Typen of training required for this contract are defined below: -

a. Basic Training: Initial bacic training for contract '

employees is determined by the location of the required performance and completed by the contract employee prior to assignment at any_NRC faility. In general, the course shall include' classroom instructions on General, Post, and Special Orders; operational and emergency procedures; proper use-of security equipment; first aid and CPR; defensive tactics; and service weapon qualifications at a COR-approved  ;

range.- Contract employees assigned to the Central Alarm f

Station will_ receive advanced training on the access control and badging program and.shall be certified by the Project

-Manager and approved by the COR before they are assigned to

~

a-post.- ,

b. ;In-Service' Training:'In-service training is a specific

~

term used for training contract personnel _to enhance their Page 25 of 84

. _ - - _ _ . _ . _ . - - . _ . _ _ _ _ . . , _ , . , ~ . , - - . , . , _ . . . . . , , - ~ . . , .

, . - . - ~ _ _ _ . - - - , , _ , . , _ _ , - _ _ _ , , - _ , _ . _ - . , . - , _ _ . . - .

RS-ADM-90-141 Section C C.10.1 (Continued) skills and knowledge of security issues and operational procedural changes. The training is usually held for short periods (10 to 15 minutes) during the day or at special COR-approved training sessions.

c. Annual Recertification Training: Recertification Training is required annual training for weapons qualifications, first aid and CPR, and other operational training. Each contract employee must successfully complete at least 16 hours1.851852e-4 days <br />0.00444 hours <br />2.645503e-5 weeks <br />6.088e-6 months <br /> of Recertification Training within each succeeding 12 month period. Recertification Training shall consist of reviews and updating of Basic Training and include additional current material bearing on law enforcement and protective services (e.g., significant court rulings; changes in security threats; new weaponry and protective techniques; and professional findings and views on drug control and human behavior).
d. Changes in Courses of Instruction: The contractor shall make changes to the content of the training courses, as recommended by the COR, and requested by the Contracting Officer in writing.

c.10.2 Master Training Program Within 30 days after receipt of course outlines from the Government, the contractor shall submit to the COR a Master Training Program that shall include training objectives, subjects to be taught, proposed curricula, a training outline, and schedules and flow charts for the anticipated student load. This training curriculum shall be consistent throughout the period of performance of the contract, notwithstanding any differences in the application and/or adjudication of State regulations or laws. The curriculum shall meet the requirements of this contract and the most stringent standards of the jurisdiction wherein protective services are provided. The curriculum shall be approved by the COR.

c.10.3 Minimum Training Requirements Basic Training In order to be eligible to perform under this contract, armed security personnel shall successfully complete 68 hours7.87037e-4 days <br />0.0189 hours <br />1.124339e-4 weeks <br />2.5874e-5 months <br /> of Basic Training.

Unarmed personnel shall successfully complete 40 hours4.62963e-4 days <br />0.0111 hours <br />6.613757e-5 weeks <br />1.522e-5 months <br /> of Basic Training.

Basic Training for armed and unarmed security personnel shall comprise 40 hours4.62963e-4 days <br />0.0111 hours <br />6.613757e-5 weeks <br />1.522e-5 months <br /> of training on the following subjects:

Handling of Bomb Threats Handling of Classified Material Page 26 of 84 y, , , , -

  • w-.-

. . I RS-ADM-98-141 Section C 1 i

co10.3 (Continued)

- Observation Techniques Emergency Plans and Alarm Systems

- Access Control Procedures and Equipment ,

- Legal Authority and Local Laws of Arrest Civil and Criminal Liability CPR

- Drug Free Workplace Act of Oct 1988 Professional Behavior and Public Relations

- Unarmed Self Defense Evidence and Found Property

- Fire Prevention and Emergency Evacuation

- Orders and Directives Communication Procedures Counterintelligence Briefing

- Report Writing

- Workplace violence Metal detectors Basic Computer Functions (guard assigned to the Central Alarm Station will be provided more advanced training).

Legal Use of Force Blood-borne Pathogens PR 24 (baton)

Olearesin Capsicum Spray

- Facility Orientation, Duties and Responsibilities on ,

Post Final Examination and Critique Additionally, Basic Training for ARMED security personnel shall be comprised of 28 hours3.240741e-4 days <br />0.00778 hours <br />4.62963e-5 weeks <br />1.0654e-5 months <br /> of training on the following subjects:

- Weapons Orientation and Deadly Force Policy

- Weapons safety and Maintenance

- Weapons Handling

- Written Examination

- Weapons Handling / Range (Dry Fire)

- Weapons Handling / Range (Live Fire)

- Stress Management

- Hustage Training

- Personnel Protection and Crowd Control

- Fr.cilities Familiarization

- Handcuffing

- OSHA Regulations (Lead-borne Particles)

C.10.4 Supervisory Training All Lieutenants shall successfully coraplete a 16-hour Supervisory Training Course prior to becoming a supervisor. Forty hours of training are required for the Project Manager and Assistant Project Manager. The following training is for Lieutenants and Captains:

Page 27 of 84

PS-ADM-98-141 Section C C.10.4 (Continued)

Introduction to First Line Supervision

- Leadership Principles

- Dynamics of Leadership

- Process of Management

- Situational Leadership

- Employee Motivation Effective Communicatione

- Decision Making

- Planning and Time Panagement '

- Effective Counseling Key Control

- Vehicle Inspection

- Conducting Roll Calls

- Accident Investigation and Reports

- Uniform Clothing and Grooming Standards

- Post-Inspection Procedures

- Supervisory Orders and Contract Requirements

- Indications of Substance Abuse

- Final Examination and Course Critique At the discretion of the COR, previously approved and certified training may be accepted in whole, or in part, in lieu of the training requirements of this contract.

c.10.5 Annual Recertification Training Each employee shall successfully complete a total of 16 hours1.851852e-4 days <br />0.00444 hours <br />2.645503e-5 weeks <br />6.088e-6 months <br /> of annual recertification training. Annual retraining time of an employee is computed from the completion date of the previous training for that particular employee. Contract employees are prohibited from providing contractual services if they are not certified on all required annual training. Retraining shall include:

a. Retraining and certification with the type of service weapon used during normal assignment,
b. Retraining and certification in First Aid, CPR, and x-ray equipment,
c. Retraining and certification with the night stick,
d. Retraining and review of all General, Post, and Special Orders, access control procedures, emergency procedures, handling of classified materials to include counter-intelligence briefing, key control, vehicle procedures, report writing, magnetometers, both hand-held and walkthrough, and any other areas that require additional Page 28 of 84

~ _

RS-ADM-98-141 Soction C ,

r C.10.5 (Continued) l retraining or certification.

i C.10.6 Firearms Training Armed Security perconnel assigned under the contract shall be qualified cnd certified in firearms proficiency. Each employee shall demonstrate required knowledge in safety precautions through written tests and proficiency on the firing range prior to being assigned to the contract. Firearms qualifications under this contract shall be valid for one (1) year from the date of qualification and certification.

The contractor snall certify in writing to the COR that each employee has successfully completed the firearms training specified for the weapon to be carried and before assignmnet to the post. For all personnel who successfully complete firearms training, the contractor chall provide to the Government signed statements to acknowledge this training and that the contractor employee understands all orders, directives, and regulations pertaining to the use of firearms.

Qualifications on firing ranges shall be with the types of weapons and ammunition that will be required for the post to which the e..:ployee could be assigned. These same procedures shall apply to the annual recertification as discussed above.

Firearms qualifications shall be with weapons and ammunition as specified in Section J, Attachment 14. Standcrds for testing and qualifications as well as the qualifications of the firearms instructors are subject to review and approval by the COR, All armed security officers shall meet or exceed the standards of proficiency required by the State of Maryland.

The contractor shall test the employee's knowledge of firearms safety es part of Basic Initial training. Each security officer and supervisor must de=cnstrate knowledge of firearms safety by (1) properly loading a weapon, lowering the hammer on a live round without discharge, and dout;e action firing; and (2) by safely unloading a loaded weapon, c.10.7 Emergency Response capability Periodic testing w:11 be conducted by the COR to assure an acceptable level of training by security personnel for responses to emergencies.

These drills shall be conducted at no additional expense to the Government. The contractor shall ensure employees maintain the required state of readiness to respond to these drills and to actual cmergencies. 4

.C.10.8 Training Materials and Facilities Page 29 of 84

RS-ADM-98-141 Section C C.10.8 (Continued)

The contractor shall provide all COR-approved course materials, classrooms, certified instructors, training aids, training ammunition, and a small-arms firing range to accommodate training claases. The weapons range shall meet all State and local licensing requirements.

NOTE: The cost for training for any post or position shall be borne by the Contractor.

c.10.9 Licenses and Permits The contractor, in coordination with the COR, shall obtain and maintain on site all licenses and permits required by the State of Maryland to enable its personnel assigned to this contract to travel to and perform in that jurisdiction. The contractor shall meet all applicable laws, rules, and regulations of the State of Maryland. This includes all orders issued and all training provided to their personnel. Licenses shall be obtained in State of Maryland for Special Police Certification and/or the authority to possess a weapon.

C.10.10 Certification Cards The contractor shall issue to each employee a " Certification Card" (supplied by NRC) which shall be carried by employees while on duty to validate the completion of all certified training requirements for a 12-month period. The card will have a punched hole that aligns with the hole of the NRC issus building passes. The certification card st -

be laminated and shall contain a color photograph and contain the signature of an officer of the company. This signature on the certification card shall be considered by the Government as certification that the said employee has received all the required training for the training year. Certified training requirements include firearms, CPR, and licensing, and classroom training following COR-approved curricula. In addition, the contractor shall provide a written record to the COR certifying that each contract employee has received the required training.

c.10.11 Instruction, Qualifications and Certifications of Instruction Instruction and testing for all types of training shall be conducted by qualified instructors who possess current and valid certificates as required by that jurisdiction. Trainers and/or instructors shall be qualified in law enforcement, security procedures, and medical first-aid. Qualifications of instructors shall be established by documentation of past experience in teaching positions or by successful completion of a course of instruc*or training at a State-accredited training facility. Resumes of prospective instructors shall be submitted to the COR for approval.

The contractor shall submit course outlines to the COR for approval.

The Contractor shall develop, write, and administer examinations for approval by the COR. All contractor employees shall obtain a passing Page 30 of 84

RS-ADM 98-141 Section C C.10.11 (Continued) grade of 8F percent before being assigned under this contract. The contractor'shall maintain records of all training and=shall provide quarterly summaries'of training to the COR.

The-Contractor _shall notify the COR in writing of the times, locations, and nature of all scheduled training within a minimum of 5 workdays prior.to start of'such training. The Government reserves the right to

. observe training activities without prior notice to the contractor.

C.11 PROJECT MANAGEMENT C.11.1 Project Management 1

-The Project Manager shall have full authority to act on' behalf of'the i corporation on all' operations, personnel and contractual matters. The j

. project Manager shall act as a Facilities Security Officer for the i building. The duties of the-Project Manager and Assistant Project-1

-Manager are outlined in Section J, Attachment 11, Position Description and Classifications for Uniformed Armed and Unarmed Guards.-

C.11.2 Project Management Plan Within 30 days after-the award date of this contract,-the' contractor shall provide the contracting Of ficer (CO) with a draft Project-Management Plan, with one copy to the NRC COR. The plan shall include, as a minimum, names, assignments, and duties of all key personnel; tentative schedules for recruiting and training of personnels schedules and format for monthly and other reporting requirements; time-keeping, billing' and accounting procedurest and how the contractor plans to maintain a drug-free workplace in accordance with FAR 52.223- 06. This plan.shall become effective _when approved by the CO. In addition, a draft Project Management Plan shall be submitted annually, two (2) months prior to the expiration date of the contract, for approval by the CO as the plan for the forthcoming option year, if such option is exercised by the Government.  ;

C .11. 3 - Recruitment Plans The contractor shall maintain an active personnel screening, recruitment, and selection program to provide a flow of incoming personnel sufficient to fill the positions at the posta defined in Section J, Attachment 12. This program shall.be sufficient to keep _ i abreast of attrition and shall be an adjunct to the Management program and Training program.

c.11.4 Employee Retention Program The contractor shall' maintain an. incentive program to deter employee attrition'and' promote stability in the work force. A copy of the-program shall be provided to the CO, with a copy provided to the COR.

Page 31 of 84 w

RS-ADM-98-141 Section C C.11.5 Quality Assurance Program The contractor shall implement a Quality Assurance Program by monitoring and continued training and testing, of all personnel assigned to this contract. Testing shall be conducted to ensure capabilities on radios, magnetometers, post instructions, access control, automated badge system, photo identification computer system, cnd emergency equipment as approved by the CO. The results of information realized from this program shall be submitted to the CO in writing on a quarterly basis, with a copy provided to the COR. The Quality Assurance Plan shall be submitted to the CO for approval within 10 days of contract award. The plan must be updated as necessary and submitted for approval by the Co.

c.11.6 Daily Reporting and Other Required Reports Periodic and special reports shall be submitted by the contractor as required by the contract. One copy of the Shift Report along with one copy of all Security Incident Reports are forwarded for review and distribution to the COR on a daily basis. Incident reports should be forwarded not later that 0800 hrs for any after hours incident and within 4 hours4.62963e-5 days <br />0.00111 hours <br />6.613757e-6 weeks <br />1.522e-6 months <br /> of the event during non- security hours.

C.11.7 Recording Presence Each contract employee shall " sign in" when reporting for duty and

" sign out" when leaving at the end of the work shift. An automated record of Time of Arrival and Departure shall be kept in a manner prescribed by the COR.

C.11.8 Breaks The Project Manager shall ensure each person receives an appropriate break / meal time for each period worked. Breaks shall not run consecutively. The Project Manager shall report to the COR, in writing, whenever an employee fails to receive an authorized break.

C.11.9 Relief and Substitute Personnel Substitute personnel shall be at least equal in qualifications to regularly assigned personnel. Resumes for substitute key personnel shall be submitted to the Contracting Officer for evaluation by the COR 15 days prior to the planned absence. The Contractor will be notified of approval or disapproval within 3 business days of the contractor's submission. The contractor may charge the Government only for labor hours actually provided in manning the posts and positions required by the contract and is not entitled to any additional compensation for wages or other costs incurred in contract performance, such as for start- up time expended by guards or supervisors prior to coming on duty, stand-down time expended by guards or supervisors after going off duty, and additional costs for relief or substitute personnel.

C.11.10 Termination / Transfer of Personnel Page 32 of 84

I RS-ADM-98-141 Section C i l

C.11.10 (Continued) I The contractor-shall notify the-COR immediately upon transfer or i termination of any person assigned to. work.under this: contract. This I I

notification shall be followed up in writing within.3 business' days.

c.11.11 Contractor Employee Files The contractor shall-maintain on site administrative files, which shall at'a minimum include personnel files on all employees furnished under the contract. These files shall contain as a minimum the person's name, Social Security number, home address, home telephone number, name of person to be notified in emergency, records of all training, examinations, weapons training and test scores, and copies of all complaints, investigations, commendations, and all-records relative to

the affected employee, These files shall be maintained by the Project Manager at-NRC and_are subject to delivery to and/or inspection by the COR at any time.

C.11.12, Staffing

a. Permanent Services Staffing.for a new or' existing post shall_ commence through the issuance of a post order. The contractor shall' comply l with the request for staffing within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> of receipt i of a delivery order. The request may be oral followed by  ;

a written order from the COR. The order will delineate the post location,-description af.the tour of duty, total hours, days, clearance requirements, duties, and number of positions required. 1

b. -Temporary Additional Services (TAS)

. Temporary Additional Services (TAS) are any additional man-hours and or services requested by the COR that are temporary. The Contractor is required to provide these services as requested.by the COR. The order will delineate

the post location, date of the tour of duty, total hours,

-days, clearance requirements, duties, break procedures, and I number of positions required. Normally 24 hour2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> notice will i be given~.  !

C.11.13 Contractor Facilities The contractor shall provide and maintain an off-site corporate office )

in1the Washington Metropolitian_ area to facilitate administration of -;

.the-Program;and a liaison with the NRC COR.

]

, - 1 C.11.14, Orientation 1and Government Facility Survey l

Within-5 working days after award of the contract, the Government will Page 33 of 84 I

1

, --,e.- e e *,---,4-Wre-ve,y-wwe,--met,n.- w,v=--w-,-,.i.-or-,+,we.v+W-=---*-w g,~--eesw-i + k r -- r- * -wr wv- W+*=,-o-ww- * '-we- v --ww-- +-v r***+*,-e-t-to emwew4'

e 9 RS-ADM-98-141 Section C C.11.14 (Continued) provide the sucessful contractor orientation, which will include 1-2 days of instruction on NRC policies. Orientation will be followed by a curvey of f acilities including buildings and posts to be protected by '

contract personnel.

During orientation, the COR will provide the Project Manager with the following documentation:

a. Copies of current General Orders, Post Orders, Special Orders, and other documents,
b. All instructions and directives for operating security equipment.
c. All instructions pertaining to the location of installed security control equipment and systems, and instructions pertaining to the operation and location of utility cut off valves, switches, and security Controls.
d. NRC building access procedures and required material.
e. Policies and procedures for responding to emergency alarms, work place violence incidents, bomb threats, suspected incendiary devices, and other potential hazards. ,
f. The Occupant Emergency Plan (OEP) for each facility and/or a review of the responsibilities of each post during 3n emergency.

C.11.15 Preliminary Transition Plan Within 10 working days following the orientation, the contractor shall submit to the COR a Preliminary Transition Plan, with a copy to the contracting Officer.

The Preliminary Transition plan should form the basis for the Final Transition Plan to be approved by the COR. The "ontractor shall submit the Final Transition Plan to the COR, with a copf to the CO, within 15 working days of award of the contract or as agreed to by the COR. The transition plan shall include but nct be limited to:

a. Licenses and Permits Identify which licenses and permits must ctill be obtained.

Type of assistance expected from NRC Division of Facilities and Security in obtaining licenses and permits. Planned date by which each license or permit will be obtained.

Page 34 of 84

- -,- - - - - - <..y -,,--y,, - , - .- .---y

RS-ADM-98-141 Soction C C.11.15 (continued)

b. Insurar.ce Types of insurance which must still be obtained. Planned date by which all insurance will be obtained.
c. Transition Plan Identify how the contractor plans to interact with the outgoing contractor. Planned commencement and completion date of complete phase-in.
d. Property Control-Government Furnished Equipment Plans to transfer GFE from predeceseor contract. Inventory control and property management / receipt and account of government furnished equipment.

o.: Key Control Plan to receive and account for keys.

[End of Clause)

Page 35 cf 84

RS-ADM-98-141 Section D SECTION D - PACKAGING AND MARKING D.1 PACKAGING AND MARKING (MAR 1987)

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 Interstate Commerce Commission Regulations, Uniform Freight Classification Rules, or regulations of other carriors as applicable to the mode of transportation. On the front of the package, the Contractor shall clearly identify the contract number under which the product is being provided.

[vnd of Clause)

Page 36 of 84

- - . - . - . . . . . . _ - . - _ . - . -..~ .-. _ _ . _ - . . - - - - _ - - - - - - - . . - -

.RS-ADM-98-141 -Section E-SECTION E - INSPECTION AND ACCEPTANCE [

E'. 1 52.252-2 CLAUSES-INCORPORATED BY REFERENCE (JUN 1988)  !

This contract incorporates one or more clauses by reference,  !

with the same force and effect as if they were given.in full text.

Upon request, the Contracting Officer will make their full text available, t

I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES ,

.t NUMBER- -TITLE DATE f 52.246-4 INSPECTION OF SERVICES AUG 1996

- FIXED-PRICE  !

[End of. Clause]' I E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR.1987) f Inspection-and acceptance of the deliverable items to be i furnished hereunder shall be made by the Project Officer at the l destination. ,

[End of Clause) i s

k t

i Page 37 of 84

RS-ADM-98-341 Section F i t

t i

SECTION F - DELIVERIES OR PER/ORMANCE [

F.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE _(JUN 1988) i This' contract incorporates one or more claures by reference, -

}

with the same force and effect as if_they were given in full text, r

-Upon request, the contracting-Of ficer: will- make theit full text -  :

available, f

I. FEDERAL ACQUISITION REGULATION (4 8- CFR- CHAPTER 1) CLAUSES j NUMBER- TITLE DATE  !

SP.242-15 STOP-WORK ORDER AUG 1989

'[End of Clause]  !

F.2' DURATION OF CONTRACT PERIOD (NAR 1987) ,

ALTERNATE 2_(MAR 1987)  !

This contract-shall. commence on

  • and will expire on-  ;
  • . .The term of this contracI may be extended at the option  :

of _ the Government for an additional 4 years. j (End of Clause] ,

1 I

Page 38 of 84

-i ev- < -, -< ,~~,..~...,-a_,- . ..,i-5 , = ~ . - . _ . . . . . . . --.- -

RS-ADM-98-141 Section G I

l SECTION G - CONTRACT ADMINISTRATION DATA  !

0.1 NRCAR 2052.215-72 PROJECT OFFICER AUTHORITY  :

, ALTERNATE 1 (JAN 1993) l i

(a) The contracting officer's authorized representative, l hereinafter referred to as the project officer for this t contract is: [

Name: *  !

Address: *  !

L Telephone Numbers * '

(b) The project officer shall:

(1) Monitor contractor performance and recommend to the contracting officer changes in requirements.

(2) Inspect and accept products / services provided under the contract.

(3) Review all contractor invoices / vouchers requesting payment for products / services provided under the contract i and make recommendations for approval, disapproval, or suspension.

5 (c) The project officer may not make changes to the express terms and conditions of this contract.  ;

[End of Clause] l i

  • To be incorporated into any resultant contract i

G.2 USE OF AUTOMATED CLEARING HOUSE (ACH)

ELECTRONIC PAYMENT lt is the policy of the UJS. Nuclear Regulatory Commission to pay. Government vendors by the Automated Clearing House (ACH) electronic funds _ transfer' payment system in lieu of a U.S.

Treasury check. The electronic system is known as Vendor Express.

Payment shall be made in accordance with FAR 52.232-33, entitled ,

" Mandatory Information for Electronic Funds Transfer Payment." +

t Page 39 of 84

  • i i

t n, - -+o-

, , ,-w ,n,.-,-,,..-,-ar---.-- ,------------.-.m,-,-..,,,-- . , , - ,, , - . - - , --,---n-,,,-.-,.,--m,,. . . , -~,r--

RS-ADM-98-141 Section G O.2 (Continued)

To receive payment by Vendor Express, the contractor shall ,

complete the " Company Information" portion of Form SF 3881, entitled " Payment Information Form - ACH Vendor Payment System" found in Section J. The contractor shall take the form to the ACH Coordinator at the financial institution that maintains its company's bank account. The contractor shall discuss with the ACH coordinator how the payment identification information (addendum record) will be passed to them once the payment is received by the financial institution. The contractor must ensure that the addendum record will not be stripped from the payment. The ACH Coordinator will fill out the " Financial Institution Information" portion of the form and return it to the Office of the Controller at the following address: Nuclear Regulatory Commission, ATTN:

ACH/ Vendor Express, Division of Accounting and Finance, Mailstop T-9-E-2, Washington, DC 20555. Once the Office of the Controller has processed the contractor's sign-up form, the entractor will begin to receive payments electronically via Vendor Express /ACH.

If the offerors / bidders have questions concerning ACH/ Vendor Express, they may call the Commercial Payments staff on (301) 415-7520.

[End of Clause)

G.3 ADJUSTING PAYMENTS

a. "Jnder the Inspection of Services Clause of this contract, payments may be adjusted if any services do not conform with contract requirements. The Contracting Officer or a designated representative will inform the contractor in writing, of the type and dollar amount of proposed deductions by the 15th day of the month following the performance period for which the deductions are taken,
b. The contractor may, within 10 working days of the date of the notification of proposed deductions, present to the Contracting Officer specific reasons why any or all of the proposed deductions are not justified. Reasons must provide specific facts that justify reconsideration and/or adjustment of the amount to be deducted.

Failure to respond within the 10-day period will be interpreted to mean that the contractor has no objection to the deductions proposed.

(End of Clause)

G.3.1 APPLICATION OF CRITERIA FOR DEDUCTIONS A. Deductions for Failure to Provide Supervisory and Productive Man-Hours.

The Contracting Officer's designated representative, herein referred to as the Project Officer, will compare the man-hours reported by the Page 40 of 84

-- . . _ .-- -__ . ~ ~

RS-ADM-98-141 Section G 0.3.1 (Continued)

Contractor with the NRC Automated Time and Attendance report. These 7 reports will be the basis for computing man-hour deductions. In the ovent the contractor reports more hours than are reflected on the time and attendance report, then the time and attendance report will prevail.

(1) Deductions for Failure to Provide Supervisory Man-Hours. In the event the contractor, for any reason whatsoever, fails to provide the required man-hours for supervision, deductions will be made the prevailing contract hourly rate for the supervisory security guards. Deductions will be made at one-half hourly increments.

(2) Deductions for Failure to Provide Productive Man-Hours In the event the contractor, for any reason whatsoever, fails to provide the required man-hours for armed and unarmed guards, deductions '

will be made at the prevailing contract hourly rate for the a:med and unarmed security guards. Deductions will be made at one-half hourly increments.

B. Deductions for Failure to Provide Equipment, Materials and Uniforms.

The equipment, materials and uniforms provided by the Contractor shall conform to the requirements outlined in Section C, Description /

Specifications, of the contract. All guards are to be properly uniformed and present a neat appearance in accordance with the Contract Guard Operations Manual. All guards are required to carry all necessary permits and be authorized to carry a firearm.

In the event the contract guard reports for duty with defective equipment, defective uniforms, unsatisfactory appearance, unclean weapens, etc., the guards will be dismissed from duty and deductions will be taken at the prevailing hourly rates for the category of guard which failed to meet contract specifications for all hours that the deficiency occurs.

C. Deficient Performance.

In the event a contract guard provides unsatisfactory service, the Program Manager shall take corrective action to assure that the guard improves his/her performance. (Attachment 17 lists failures that the NRC considers to be deficient performance.) The Government reserves the right to reduce the invoiced amount for that performance period to reflect the reduced value of the services performed during that period.

If the contract guard continues to provide unsatisfactory service, the NRC Contracting Officer reserves the right to request that the Contractor remove that employee from the contract. The contractor is advised that continued deficient performance under the contract is grounds for termination of the contract for default.

Page 41 of 84

RS-ADM-98-141 Section H

- SECTION H - SPECIAL CONTRACT REQUIREMENTS.

l 1'

H.1 NRCAR 2052.204-71 SITE ACCESS BADGE REQUIREMENTS (JAN 1993)

During the life of this contract, the rights of ingress and egress for contractor personnel-must.be made available as 1 required. In this agard, all contractor personnel whose duties j under this contract require their presence on-site shall be clearly identifiable by a distinctive-badge furnished by the Covernment. The Project Officar shall assist.the contractor in obtaining the badges for the contractor personnel. It is the sole responsibility of the contractor to-ensure that each employee has '

proper-identification at all times. All prescribed identification 1 1

must be immediately delivered to the Security Office for cancellation or disposition upon the termination of employment-of ,

any contractor personnel. Contractor personnel must have this '

identification in their possession during on-site performanca under this contract. It is the contractor's duty to assure that )

contracter personnel enter only those work areas necessary for performance.of contract work, and to assure the safeguarding of any Government records or data that contractor p*rsonnel may come into contact with.

[End of Clause)

H.2 NRCAR 2052.215-70 KEY PERSONNEL (JAN 1993)

(a) The following individuals are considered to be essential to the successful performance 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 o? more of the key personnel, for whatever reason, becomes, or is' expected to become, unavailable for work u. .ar 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, cubject to the concurrence of the contracting.

Page 42 of 84 W

, .y#,, , - . . , ,.%.. , - - ,.m,.-- 7,_ ,-w ,.%, , ,.,w..u. .- ,4py,,,.r,yg-rg, ,., + g- ryry,-9y-, ,,-,y-, ,.-y---y -- ypw.--<c. ,

RS-ADM-98-141 dection H (Continued)

H.2 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 or his/her authorized representative shall evaluate the request and promptly notify the contractor of his or her approval or disapproval in writing.

(d) If the contracting officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated, or have otherwice 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 centract 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.

[End of Clause)

  • To be incorporated into any resultant contract H.3 NRCAR 2052.235-72 SAFETY, HEALTH, AND FIRE PROTECTION (JAN 1993)

The contractor shall take all reasonable precautions in the performance of the work under this contract to protect the health and safety of its employees and of members of the public, including ::Er employees and contractor personnel, and to minimize danger from a.. t.azards to life and property and shall comply with all applicaLie health, safety, and fire protection regulations and requirementc :n:luding reporting requirements) of the Commission and the Department of Labor. In the event that the contractor fails to comp;y with these regulations or requirements, the contracting officer may, without prejudice to any other legal or contractual rights of the Commission, issue an order stopping all or any part of the work; thereafter, a start order for resumption of work may be issued at the discretion of the contracting officer. The contractor shall make no claim for an extension of time or for compensation or damages by reason of, or in connection with, this type of work stoppage.

Page 43 of 84

- , . . . ~ , - . - . . - - - - -- .-. - . - _ . .

3 .- .

--RS-ADM-98-141 Section-H

~ H.3; -(Co$tinued)~

[Gnd-of Claure)

H.4 DETERWINATION OF MINIMUM WAGES AND FRINGE BENEFITS (NOV 1989)s Eachlemployee of the_ Contractor or any sub' contractor. performing.

services under.this contract shall be paid at least the-minimum-allowable monetary-wage and fringe _ benefits prescribed under the U.S. Department of Labor Wage-Determination which is-' attached (See Section J for. List _of-Attachments),

i

[End of Clause]

H.5 GOVERNMENT-FURNISHED EQUIPMENT / PROPERTY-(NOV 1994)

. (a)- The -NRC will provide the contractor with the following items Sor use under this contracts (1) Electrical and mechanical equipment, such as alarm and surveillance systems, communications equipment, closed circuit. televisions, including written operating procedures and instructions;

. (2)- Security Officer's Book; (3) Telephones deemed-necessary for the conduct of official Government business under this contract;

-(4) Security guard office, locker space, locker and office-equipment (excluding office machines) ;

(5) Classroom facilities for conducting on-site job-related.

training; (6) Building utilities and services, such as concession office supply room and medical facilities (for_ emergency purposes); and (7)- One-parking space-in the One White Flint North Garage.

(b) The above listed equipment / property is hereby transferred from contract / agreement N/A.

(c) Only-the equipment / property listed above in the quantities shown:will be_provided by.the Government. This property is subject _to the provisions of the. Government Property clause 1 under this contract. -All.other equipment / property required in performance of the contract shall be furnished-by the tContractor.

[End of Clause]

Page 44 of'84

RS-ADM-98-141 Section H H.6 DENIAL OF FEDERAL BENEFITS TO INDIVIDUALS CONVICTED OF DRUG TRAFFICKING OR POSSESSION (SEP 1990)

In the event that an award is made to an individual, Section 5301 of the Anti-Drug Abuse Act of 1988 (P.L. 100-690) may be cause for denial of specific benefits to individuals convicted of drug traf ficking or possession.

[End of Clause)

H.7 SECURITY (a) Security / Classification Requirements Forms. The attached NRC Form 187 (See Section J for 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 of 90 or more days) t.o NRC Headquarters controlled buildings, or otherwise requires NRC photo-identification or card-key badges.

(b) It is the contrcctor's duty to safeguard National Security Information, Restricted Data, and Formerly 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, upon completion or termination of this contract, transmit to the Commission any classified matter in the possession of the contractor or any person under the contractor's control in connection with performance of this contract. If retention by the contractor of any classified matter is required after the completion or termination of the contract and the retention is approved by the contracting officer, the contractor shall complete a certificate of possession to be furnished to the Commission specifying the classified matter to be rat.ined. The certification must identify l 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 Page 45 of 84

~ _. -.

RS-ADM-98-141 Section H H.7 (Continued) 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 l duplicate, disseminate, or disclose the information in whole or in part to any other person or organization except as may be necessary to perform type work under this contract. The contractor agrees to return the information to the Commission or otherwise dispose of it at the direction of the contracting officer.

(d) -Regulations. The contractor agrees to conform to all security regulations and requirements of the Commission.

(e) Definition of National Security Information. The term National Security Information, as used in this clause, means inforn.ation that has been determined pursuant to Executive Order 12356 or any predecessor order to require protection anainst unauthorized disclosure and that is so designated.

(f) Definition of Restricted Data. The term Restricted Data, as used in this clause, means all data concerning (1) design, manufacture, or utilization of atomic weapons; (2) the production of.special nuclear material; or (3) the use of special nuclear material in the production of energy, but does not include data declassified or removed from the Restricted Data category pursuant to Section 142 of the Atomic Energy Act of 1954, as amended.

(g) Definition of Formerly Restricted Data. The term Formerly Restricted Data, as used in this clause, means all data removed from the Restricted Data category under Section 142-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 orcategory of classified information to which access is required. The contractor shall also execute a Standard form 312, Classified Information Nondisclosure Agreement, when access to clasified information is required.

Performance under this contract may require access up to and including Secret National Security Information requiring an "L" personnel security clearance. For a limited number of contractor employees, performance under this-contract may involve access up to and including Secret Restricted Data requiring a NRC "Q" personnel clearance. Employees requiring a personnel security l clearance shall submit a personnel security forms (PSF) packet '

including Parts 1 and 2 of the SF 86, " Questionnaire For National Page 46 of 84 l

l

RS-ADM-98-141 Section H 1.7 (Continued)

Security Positions." The contractor shall assure that all required forms are accurate, complete, and legible, except for Pcrt 2 which is required to be completed in private and submitted by the individual to the contractor in a sealed envelope. Upon receipt of an acceptable PSF packet, the NRC may, at its discretion, allow performance of work by contractor employees under the contract prior to granting a personnel clearance, provided, however, such employees shall not be assigned work involving access to classified information. Based upon review of the PSF packet, the NRC may, among other things, approve or disapprove an individual for work under this contract pending completion of the required background investigation and grant of eligibility for security clearance shall be resolved in accordance with the provisions set forth in 10 CFR Part 10, " Criteria and Procedures for Determining Eligibility for Access To Restricted Data or National Security Information or an Employment Clearance,"

which is incorporated in this contract by reference as though fully set forth herein.

Within five (5) working days after receipt of notice that it has been selected for award, the firm selected for award must furnish a completed PSF packet on each employee. Timely receipt of these PSF packets is a condition for award, end the contract will not be awarded prior to sa*isfaction of this condition. Failure of the firm selected for award to comply with this condition within the fifteen working day period shall void the notice of selection. In the event, the Government shall select another firm for award, and the original firm selected for award shall have no claims for costs incurred prior to contract award.

(i) Criminal liabilities. It is understood that disclosure of National Security Information, Restricted Data, and Fornurly Restricted Data, relating to the work or services ordered hereunder co 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 1954, as amended, 4 2 U. S . C - 2011 et seq.; 18 U.S.C. 793 and 794; and Executive Orders 12958 and 12968.)

(j) 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 uner this contract.

(k) In performing the contract work, the contractor shall classify all documents, material, and equipment originated or by the contractor in accordance with guidance issued by the Page 47 of 84 i

. . I RS-ADM-98-141 Section H H.7 (Continued) i l

Commission. -Every subcontract. and purchase order issued hereunder i involving the origination or generation of classified documents,  :

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

(End of Clause)

Page 48 of 84

,u a ,

'R'S-ADM-98-1413 -

Section I: ,

iPART II' ' CONTRACT: CLAUSES-- [

SECTION:IJ CONTRACT CLAUSES {

-'I .1 _ 52;252-2LLCLAUSES' INCORPORATED BY REFERENCE-(JUN.1988)'.

~

This contract incorporates one or more clauses by reference,-  !

with the-same' force andieffect-as if they were given-in full text..

-.Upon requesti-the contracting officer _will make their full text---- j

-available.

I. FEDERAL ACQUISITION REGULATION (4 8 CFR CHAPTER ' 1) = CLAUSES NUMBER- TITLE- DATE ,

52.202~ DEFINITIONS OCT 1995

-52.203-3 GRATUITIES APR 1984 52.203-5 COVENANT AGAINST CONTINGENT FEES APR 1984-  !

52.203-6 RESTRICTIONS ON SUBCONTRACTOR JUL 1995

SALES-TO-'THE GOVERNMENT 52.203-7 ANTI-KICKBACK PROCEDURES JUL 1995 52.203-10 PRICE OR FEE ADJUSTMENT FOR JAN 1996 ILLEGAL OR IMPROPER ACTIVITY-52.203 42 LIMITATION ON PAYMENTS TO JUN 1997 INFLUENCE
CERTAIN FEDERAL TRANSACTIONS 52.204-4  ; PRINTING / COPYING DOUBLE-SIDED JUN 1996 ON RECYCLED PAPER 52.209-6 PROTECTING THE GOVERNMENT'S JUL 1995 INTEREST WHEN SUBCONTRACTING WITH 1 CONTRACTORS DEBARRED, SUSPENDED,
  • OR PROPOSED FOR DEBARMENT 52.215-2 AUDIT AND RECORDS--NEGOTIATION ~ AUG 1996 52.215-15 TERMINATION OF DEFINED BENEFIT OCT 1997 PENSION PLANS

, 52.215-8 ORDER.0F PRECEDENCE--UNIFORM OCT 1997 CONTRACT-FORMAT 52.215-18 REVERSION OR ADJUSTMENT OF PLANS OCT 199/

FOR POSTRETIREMENT BENEFITS (PRB)

OTHER THAN PENSIONS 52,215-19 NOTIFICATION OF OWNERSHIP CHANGES OCT 1997 52.219-8 UTILIZATION OF SMALL, SMALL- JUN 1997 DISADVANTAGED AND WOMEN-OWNED

-SMALL BUSINESS CONCERNS i

.52.219 SMALL,'SMALL DISADVANTAGED AND AUG 1996 WOMEN-OWNED SMALL BUSINESS SUBCONTRACTING PLAN 3;  : Alternate II (MAR'1996)

Page 49 of 84 l i

{ -.

RS-ADM-98-141 Section I I.1 (Continued)

NUMBER TITLE DATE 52.219-16 LIQ"9ATED DAMAGES--SUBCONTRACTING OCT 1995 PLAN 52.222-1 NOTICE TO THE GOVERNMENT FEB 1997 OF LABOR DISPUTES 52.222-3 CONVICT LABOR AUG 1996 52.222-26 EQUAL OPPORTUNITY APR 1984 52.222-28 EQUAL OPPORTUNITY PREAWARD APR 1984 CLEARANCE OF SUBCONTRACTS 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL APR 1984 DISABLED AND VIETNAM ERA VETERANS 52.222-36 AFFIRMATIVE ACTION FOR APR 1984 HANDICAPPED WORKERS 52.222-37 EMP7OYMENT REPORTS ON SPECIAL JAN 1988 DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA 52.222-41 SERVICE CONTRACT ACT OF 1965, MAY 1989 AS AMENDED 52.222-43 FAIR LABOR STANDARDS ACT MAY 1989 AND SERVICE CONTRACT ACT--PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) 52.223-2 CLEAN AIR AND WATER APR 1984 52.223-5 POLLUTION PREVENTION AND MAR 1997 RIGHT-TO-KNOW INFORMATION 52.223-6 DRUG-FREE WORKPLACE JAN 1997 52.223-14 TOXIC CHEMICAL RELEASING REPORTING OCT 1996 52.225-11 RESTRICTIONS ON CERTAIN OCT 1996 FOREIGN PURCHASES 52.227-1 AUTHORIZATION AND CONSENT JUL 1995 52.227-2 NOTICE AND ASSISTANCE REGARDING AUG 1996 PATENT AND COPYRIGHT INFRINGEMENT 52.228-5 !NSURANCE - WORK ON A GOVERNMENT JAN 1997 INSTALLATION 52.229-3 FEDERAL, STATE, AND LOCAL TAXES JAN 1991 52.229-5 "'AX ES - CONTRACTS PERFORMED APR 1984 IN U.S. POSSESSIONS TE PUERTO RICO 52,230-2 C ST ACCOUNTING STANDARDS APR 1996 52.230-3 DISCLOSURE AND CONSISTENCY OF APR 1996 COST ACCOUNTING PRACTICES 52.230-4 CONSISTENCY IN COST ACCOUNTING AUG 1992 PRACTICES 52.230 5 COST ACCOUNTING STANDARDS-- APR 1996 EDUCATIONAL INSTITUTIONS 52.230-6 ADMINISTRATION OF COST ACCOUNTING APR 1996 STANDARDS 52.232-1 PAYMENTS APR 1984 Page 50 of 84

. -- . ~ . , - . . - . _ - - ~ - .- . . . .-.. -

' RS-ADM-98-141 - Section-I

-I.1; .( Continued);

  • INUMBER- TITLE DATE .:

52.232-8 1 DISCOUNTS-FOR-PROMPT: PAYMENT:- MAY 1997-

'52'.232-11 1 EXTRAS APR 1984. -

l

-52.232-17 INTEREST JUN 1996 52.232k23 ASSIGNMENT OF-CLAIMST JANn1986 l 52.232-25 PROMPT PAYMENT. - JUN 1997 -!

52.23N 33 ' MANDATORY INFORMATION FOR- - AUG 1996- l ELECTRONIC FUNDS TRANSFER-l

-PAYMENT  !

52.233-1 -DISPUTES OCT-1995 Alternate I (DEC 1991) 4 -52.233-3 PROTEST AFTER AWARD. AUG 1996 -

'52.237-2 PP.OTECTION OF GOVERNMENT - APR 1984  ;

.BJILDINGS , : EQUIPMENT, - l 4 AND VEGETATION- l 52.137 CONTINUITY OF SERVICES JAN 1991

  • 52.242-13 BANKRUPTCY -

- JUL 1995 -

52.243 CHANGES - FIXED-PRICE AUG 1987-- -;

- Alternate I (APR 1984)-

52.244 SUBCONTRACTS.(FIXED-PRICE FEB 1995 CONTRACTS) -

52.244-5 COMPETITION IN SUBCONTRACTING DEC.1996'  ?

52.245-1 PROPERTY' RECORDS APR 1984 52.245 GOVERNMENT PROPERTY - DEC 1989 '

(FIXED-PRICE CONTRACTS)-

Alternate.I (APR 3 984)

.52.246-25 LIMITATION OF LIABILITY - SERVICES FEB 1997 .

52.249-2 TERMINATION FOR CONVENIENCE OF THE SEP 1996  :

GOVERNMENT - ..( FIXED- PRICE) --

52.249-8 DEFAULT (FIXED-PRICE SUPPLY APR 1984 '

AND SERVICE) 52.253 COMPUTZR GENERATED FORMS JAN 1991

[End of Clause]

I.2 52.217-9 ' OPTION TO EXTEND THE TERM OF-THE CONTRACT (MAR-1989)

-(a)-_ The Government may extend the term of this contract _ by written ~

notice to the Contractor within 30-days; provided,=that the Government--shall give the-Contractor a preliminary written-i :. notice of its intent to extend at least 60. days before the contract expires. The preliminary notice does not commit the Government-to an extension.

(b) If-the Government exercises this option,,the extended contract shall be considered:to include this option provision. .

-(c) The total duration of this contract,: including the exercise of any_ options under this clause,-shall nct. exceed 5 years.

Page 51 of-84 F

, , - -- c y, ,y w s - - ,

, - - . ... ~ - - . . - - . - - - . - . -. .-

RS-ADM-98-141 Section I

,I.2- L (Continued)---

-[End of Clause).

I.3 52.222-42 .STATENENT
OF EQUIVALENT. RATES FOR- -

FEDERAL HIRES _(NAY -1989) ,

In compliance-with the-Service contract Act:of'19'65, as1 .

amended,-and the regulations of the Secretary of Laborc(29 CFR -

Part 4),:this clause identifies the classes of service employees expected to be employed under the contract and states the wages
and' fringe benefits. payable toieach if they were employed by the contracting agency subject to the provisions'of 5 U.S.C. 5341 or 5332'.

THIS STATEMENT ~IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION.

Monetary Employee class Wage-Fringe Benefits Super',isory Security Guard GS-9

-Armea Security Guard GS-7 Una' med Security Guard GS-5

[End of Clause)

-I.4 FOREIGN OWNERSHIP, CONTROL, OR INFLUENCE OVER CONTRACTOR

,- (a) For purposes of this clause, a foreign interest is defined as any of the following:

(1) A foreign government or foreign government agency; (2) Any form of business enterprise organized under the laws of any country other than-the United States or its possessions; (3) Any form of business enterprise organized or incorporated under'the laws of the U.S., or a State or other jurisdiction within the U.S., which is owned, controlled, or influenced by a foreign government, agency, firm, corporation or person; or (4) Any person who is not a U.S. citizen.

'(b) Foreign ownership, control, or influence (FOCI) may be

-present where the degree of ownership, control, or influence over a contractor by a foreign interest is such that a reasonable

' basis ~ exists for concluding that the compromise or unauthorized Page 52 of 84 l

RS-ADM-98-141 Section I I.4 _(Continued) disclosure of' classified information may occur.

(c) For purposes of this clause,_ subcontractor means any subcon+.ractor at any tier and the term " contracting officer" shall mean NRC contracting officer. When this clause is included in a subcontract, the term " contractor" shall mean subcontractor and the term " contract" shall mean subcontract.

(d) The contractor shall immediately provide the contracting officer written notice of any changes in the extent and nature of FOCI over the contractor which would affect the answers to the questions presented in DD Form 441S, " Certificate Pertaining to Foreign Interests." Further, notice of changes in ownership or control which are required to be reported to the Securities and Exchange Commission, the Federal Trade Commission, or the Department of Justice shall also be furnished concurrently to the contracting officer.

(e) In those cases where a contractor has changes involving FOCI, the NRC must determine whether the changes will pose an undue risk to the common defense and security. In making this determination, the contracting officer shall consider proposals made by the contractor to avoid or mitigate foreign influences.

(f) The contractor agrees to insert terms that conform substantially to the language of this clause including this paragraph (g) in all subcontracts under this contract that will require access to classified information. Additionally, the contractor shall require such subcontractors to submit completed information required on the DD Form 441 form prior to award of a subcontract. Information to be provided by a subcontractor pursuant to this clause may be submitted directly to the contracting officer.

(g) Information submitted by the contractor or any affected subcontractor as required pursuant to this clause shall be treated by NRC to the extent permitted by law, as business or financial information submitted in confidence to be used solely for purposes of evaluating FOCI.

(h) The requirements of this clause are in addition to the requirement that a contractor obtain and retain the security clearances required by the contract. This clause shall not operate as a limitation on NRC's rights, including its rights to terminate this contract.

(i) The contracting officer may terminate this contract for default either if the contractor fails to meet obligations imposed by this clause, e.g., provide the information required by this clause, comply with the contracting officer's instructions about safeguarding classified information, or make this clauce Page 53 of 84

RS-ADM-98-141 Section I I.4 (Continued) applicable to subcontractors, or if, in the contracting officer's judgment, the contractor creates a FOCI situation in order to avoid performance or a= termination for default. The contracting officer may terminate this contract for convenience if the contractor becomes subject to FOCI and for reasons other than avoidance of performance of the contract, cannot, or chooses not to, avoid or mitigate the FOCI problem.

(END OF CLAUSE)

Page 54 of 84

., , . -. ._- .-. . . . - - . . . ~ . -

[ s :- . 4-RS-ADM-98-141 'Soction J- -

PART III-1-- LIST-OF.~ DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTSI ,

=SECTION J -' LIST OF ATTACHMENTS J .1' .ATTACHNENTS$(MAR 1987)'

Attachment Number? Title 01 Billing Instructions 02 NRC Form 1871- Security / Classification

- Requirements  !

03 Wage Determination =

04 Eubcontracting Plan

05. Paynient Information Form SF 3381 - ACH Vendor Payment System 06 Past Performance Questionaire ,

07 Sample-of General Orders 08- Sample of Post Orders 09 Sample of Supervisory Orders

.10 Sample of Special Orders 11 Position Descriptions and Classifications for Uniformed Armed and Unarmed Guards 12- Locations and Types of Posts 13 Uniform Specifications 14 Custody and Maintenance of Government Property and Government Furnished-and Contractor Provided Property and Equipment-11 5 Rules and Regulations Governing Public

- Buildings and Grounds

-16 -NRC-Body. Weight / Height Chart 17 Schedule of Deficient Performance Page 55 of 84 -

  • e r , , . , _ -,--.-7 y,

s ^<

RS-ADM-98-141 Section J-J.1 (Continued) 18 DD Form 441s, " Certificate Pertaining to-Foreign Interests" 19 Format for-Listing Officers and Directors l

Page 56 of 84 l

i

^

i

e t 3 RS-ADM-98-141 Section K 4 5

PART IV - REPRESENTATIONS AND INSTRUCTIONS SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND-OTHER STATEMENTS OF OFFERORS: ,

'K.1 L52.203-2 CERTIFICATE OF INDEPENDENT PRICE-DETERMINATION (APR 1985)

(a) The offeror certifies that--

(1) The prices in this offer have been arrived at independently, without, for the purpose of1 restricting ,

competition, any consultation, communication, or agreement with any other offeror or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered; (2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or-contract award (in the case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition.

(b) Each signature on the offer is considered to be a certification by the signatory that the signatory--

(1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and tnat the signatory has not participated and will not participate in any action contrary to subparagraphs (a) (1) through (a) (3) above; or (2) & Han been authorized, in writing, to act as agent ior the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a) (1) through (a) (3) above (Insert full name of person (s) in the offeror's organization responsible for determining the prices offered in this bid or proposal, and the Page 57 of 84 _

l l

_ . - .. _. .~ . . - . - - - . , _ - - _- - - - - - - . ,

v. .

LRS-ADMa98-141' lection K K.1. , (Continued) title ~of his or her position in the offeror's organization); '

(ii) _ As an authorized-agent, does certify.that the principals named in subdivision (b) (2) (1) .above-have not participated,--and will not participate, in any action contrary-to subparagraphs (a) (1) through (a) (3) above; and (iii) As an agent, has not personally participated, and will not participate,- in-any action contrary to ,

subparagraphs (a) (1) through (a) (3) above. .

(c) If the of feror deletes or modifies subparagraph (a) (2) above, the offeror must furnish with its offer a signed statement

' setting forth in detail the circumstances of the disclosure.

[End of Provision)

K.2 ~ 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (APR 1991)

(a) -The definitions and prohibitions contained in the clause, at FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions, included in this solicitation, are hereby incorporated by~ reference in paragraph (b) of this certification.

(b) The offeror, by signing its offer, hereby certifies to the best of his or her knowledge and belief that on or after December 23, 1989--

l (1) No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal 4 loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan, or cooperative agreement; (2) If any funds other than Federal appropriated funds (including p;ofit or fee received under a covered Federal transaction) have been paid, or_will be paid, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or emplcyee of Congress, or an employee of a Member of Congress on his or her behalf in connection Page 58 of 84 y a - . , , , , ,- .,,r,- -- -- ,ac..-- -- - -, ,m. - -- ,. v --e

RS-ADM-98-141 Section K' K.2 (Continued) with this solicitation, the offeror shall complete and submit, with its offer, OMB standard form LLL, Disclosure of Lobbying Activities, to the Contracting Officer; and (3) He or she will include the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards-in excess of

$100,000 shall certify and disclose accordingly.

(c) Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by section 1352, title 31, United States Code. Any person who makes an expenditure prohibited under-this provision or who fails to file or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not le s e than $10,000, and not more than $100,000, for each such failure.

[End of Provision]

K.3 52.204-3 TAXPAYER IDENTIFICATION (JUN 1997)

(a) Definitions.

" Common parent," as used in this solicitation provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a censolidated basis, and of which the offeror is a member.

" Corporate status," as used in this solicitation provision, means a designation as to whether the offeror is a corporate entity, an unincorporated entity (e.g., sole proprietorship or partnership), or a corporation providing medical and health care services.

" Taxpayer Identification Number (TIN)," as used in this solicitation provision, means the number required by the IRS to be used by the offeror in reporting income tax and other returns.

(b) All offerors are required to submit the information required in paragraphs (c) through (e) of this solicitation provision in order to comply with reporting requirements of 26 U.S.C.

6041, 6041A, and 6050M and implementing regulations issued by the Internal Revenue Service (IRS). If the resulting contract is subject to the reporting requirements described in FAR 4.903, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract.

Page 59 of 84

RS-ADM-98-141' Section K K.3- (Continued)

(c) Taxoaver Identification Number 1T1N).

[] TIN: .

[] TIN has been applied for.

[] TIN is not required because:

() Offeror is a nonresidant alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the U.S. and does not have an office or place of business or a fiscal paying agent in the U.S.;

[] Offeror is an agency or instrumentality of a foreign government;

[ ] offeror is an agency or instrumentality of a Federal, state, or local government;

( ) Other. State basis. __

(d) Corocrate Status.

() Corporation providing medical and health care services, or engaged in the billing and collecting of payments for such services;

[] Other corporate entity;

() Not a corporate entity:

[ ] Sole proprietorship

[ ] Partnership

[ ] Hospital or extended care facility described in 26 CFR 501(c) (3) that is exempt from taxation under 26 CFR 501(a).

(e) Common Parent.

[] Offeror.is not owned or controlled by a common parent as defined in paragraph (a) of this provision.

Page 60 of 84

., . ~.

7

- . - . . . ~.

RS-ADM-98-1411 So'e tion K^ .

3 K.3 L(Continued) -

-[c] Name'and. TIN of common parent: i

- N a m e __ __

-TIN ~

[End of Provision). [

K.4I 52.204-5 WOMEN-OWNED BUSINESS (OCT-1995) L

-- ( a ) Reoresentation, The offeror represents that it [ ]lis,

[1 ] is not a women-owned business concern.  :

(b) Definition. " Women-owned business concern," as used'in this provision, means a concern which is at leastH51 percent owned by one'or more women; or in the case of anyLpublicly owned business, at least 51 percentlof the stock of which is owned by one or more women; and whose management-and daily business operations are controlled by one or more women.

[End of Provision]

K.5 52.204-6 CONTRACTOR IDENTIFICATION NUMBER--DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (DEC 1996)

(a) Contractor Identification Number, as used in this provision, means " Data Universal Numbering System (DUNS) number," which is a nine-digit number assigned by Dun and Bradstreet Information Services.

(b) Contractor identification is essential for complying with statutory contract reporting requirements. Therefore, the offeror is requested to enter, in the block with its name and address on the Standard Form 33 or similar document, the

-annotation " DUNS" followed by the DUNS number which identifies the offeror's name and address exactly as stated in theLoffer.

'(c) If_the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror should call Dun and Bradstreet at 1-800-333-0505. The offeror should be prepared to provide the following information:

(1) Company name.

(2)1 Company address. ,

(3)-- Company telephone number.

(4) Line of business.

(5) - Chief executive of ficer/ key manager.

_Page 61 of 84

-m--- g- _,w.-p------+ w ,n--m,,es.+_,y-

< . i

.RS-ADM-98-141 -

_Section K K.51 (Continued)

6) Date.the'companyEwas started.
(7) jNumber of people employed by the company.

-(8) L Company L.af filiation.

.(d)LOfferors located outside the United States may obtain the location and phone number of the locallDun and Bradstreet=

Information Services office from the Internet Home Page at ht tp i / /www . dbisna . com/dbi s /cus tomer l /cus tlist . htm .- If an offeror is unable to locate a local service center, it may send an. e-mail- to Dun and Bradstreet at globalitifo@dbisma .com.

F (End of Provision)

' K. 6 - 52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS ,

(MAR 1996)

-(a) (1): The of f eror certifies, to the best of its knowledge and belief, that--

(i) The offeror and/or any of its Principals--

(A) Are ( ) are not ( ) presently debarred, ~

suspended, proposed for debarment, or declared _

ineligible for the award of contracts by any Federal agency; i (B) Have ( ) have not ( ), within a three-year.

period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, 4 falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and (C) Are ( ) are not ( ) presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subdivision (A) (1) (1) (B) of this provision.

(ii) The offeror has ( ) has not ( ), within-a three-year period preceding this offer, had one or more contracts--terminated for default by any Federal' agency.

Page 62 of 84 l

l l l -

_ _ _ _. -- -_ , _ .. . - , =-_.l

RS-ADM-98-141 Section K K.6 (Continued)

(2) " Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g. , general manager; plant manager; head of a .ubsidiary, divisioni or business segment, and simildr positions).

THIS CERTIFTCATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY nT- THE UNITED STATES JND ThR MAKING OF A FALSE, FICTITIOUS, L.: FRAUDULENT CERTIFIC1. TION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER SECTIC N 1001, TITLE 18, UNITED STATES CODE.

(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any, time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances, (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the offeror nonresponsible.

(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent percon in the ordinary course of business dealings.

(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.

[End of Provision]

Page 63 of 84 l

4 a p m- A t -Ww.-_a+.J+,.A ,4*& M q , 4,i n a L _ 414 g.L. 4 a .g , .,p

~

RS-ADM-98-1411 Section K' K.7! f52.215-4 TYPE OF BUSINESS ORGANIZATION.

(OCT11997)

Theiofferor or respondent,5by. checking the-applicable _ box,

~

in

~

represents that- -

(a)1 It .- operates as [ '. ) aniindividual, [] a-partnership, [-L) a nonprofit: organization, l:]"a-joint' venture, or:( 33a- -

.. corporation' incorporated under the laws'of the State of

^

(b)-If the offeror or respondent'is-a_ foreign entity, it_ operates oas - [ - ) an individual, - [ J y a partnership, [ .-- ) - a- nonprofit ~ -

organization, [ ]-a joint venture, or [ ] a corporation,.  ;

regictered for business in (country).

_End

[ of Provision]

K.8 52.215-11 AUTHORIZED-NEGOTIATORS (APR 1984)

The offeror _or quoter represents that the following_ persons are

authorized to negotiate on its behalf with the Government in.

connection with-this request for proposals or quotations: [ list.

names, titles, and telephone numbers of the authorized negotiators).

[End of Provision)

K.9 52.219 SMALL BUSINESS PROGRAM REPRESENTATIONS (JAN 1997)

(a) (1) The standard industrial classification (SIC) code for this acquisition is 7381.

(2) The small-business size standard is no more than S9,000,000.0 million average annual receipts for an-offercr's preceeding 31 fiscal years.

(3) The small business size standard-for a concern which submits an offer in ita.own name, other than on a

construction or' service contract, but which proposes to

. furnish a' product which it did not itself manufacture, is

! 500 employees.

-(b) Reoresentations.

~

(1) The-offeror represents as part of

_Page-64 of 84 m',-' , - - -

RS-ADM-98-141 Section K K.9 (Continued) its offer that it () is, [] is not a small business concern.

(2) (Complete only if offeror represented itself as a small business concern in blcck (b) (1) of this section.) The offeror represents as part of its offer that it [] is,

[] is not a small disadvantaged business concern'.

(3) (Complete only if offeror represented itself as a small business concern in block (b) (1) of this section.) The offeror represents as part of its offer that it [] is ,-

i] is not a women-owned small business concern.

(c) Definitions. "Joinc venture," for purposes of a small disadvantaged business (SDB) set-aside or price evaluation preference (as prescribed at 13 CFR 124.321), is a concern that is owned and controlled by one or more socially and economically disadvantaged individuals entering into a joint venture agreement with one or more business concerns and is considered to be affiliated for size purposes with such other concern (s). The combined annual receipts or employees of the concerns entering into the joint venture must meet the applicable size standard correspo.iding to the SIC code designated for the contract. The majority of the venture's earnings must accrue directly to the socially and economically disadvantaged individuals in the SJB concern (s) in the joint venture. The percentage of the ownership involvement in a joint venture by disadvantaged individuals must be at least 51 percent.

"Small business concern," as used in this provision, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criterid in 13 CFR Part 121 and the size standard in paragraph (a) of this provision.

"Small disadvantaged business concern," as used in this provision, means a small business concern that (1) is at least 51 percent unconditionally owned by one or more individuals who are both socially and economically disadvantaged, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more socially and economically disadvantaged individuals, and (2: .h management and' daily business controlled by -

re such individuals. This term also means a smal? .oncern that is at least 51 percent unconditiona2. < ;y an economically disadvantaged Indian tribe & dawaiian Organization, or a publicly owned business hav. , at least 51 percent of its stock unconditionally owned by one or more of these entities, which has its management and daily business controlled by members of an economically disadvantaged Indian Page 65 of 84

RS-ADM-98-141 Section K K.9 (Continued) tribe or Native Hawaiian. Organization, and which meets the requirements of 13 CFR part 124.

" Women-owned small business concern", as used in this provision, means a small business concern--

(1) Which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women.

(d) Notice. (1) If this solicitation is for supplie and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished.

(2) Under 15 U.S.C. 64 5 (d) , any person who misrepresents a firm's status as a small or small disadvantaged business concern in order to obtain a contract to be awarded under the preference programs established pursuant to sections 8 (a) , 8 (d) , 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall--

(i) Be punished by imposition of a fine, imprisonment, or both; (ii) Be sul: ject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act.

[End of Provision]

K.10 52.222-21 CERTIFICATION OF NONSEGREGATED FACILITIES (APR 1984)

(a) " Segregated facilities," as used in this provision, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and. housing facilities provided for employees, that are segregated by er.plicit directive or are in fact segregated on '.

the basis of race, color, religion, or national origin because Page 66 cf 84

__m

RS-ADM-98-141 Section K K.10 (Continued) of habit,- local custom, or otherwise.

(b) By the submission of this offer, the offeror certifies that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will rat permit its employees to perform their services at any location under its control where segregated facilities are maintained. The offeror agrees that a breach of this certification is a violation of the Equal Opportunity clause in the contract.

(c) The offeror further agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will--

(1) Obtain identical certifications from proposed subcontractors before the award of subcontracts under which the subcontractor will be subject to the Equal opportunity clause; (2) Retain the certifications in the files; and (3) Forward the following notice to the proposed subcontractors (except if the proposed subcontractors have submitted identical certifications for specific time periods) :

NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES A Certification of Nonsegregated Facilities must be submitted before the award of a subcontract under which the subcontractor will be subject to the Equal Opportunity clause. The certification may be subm:.tted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually).

NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

(End of Provision)

K.11 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (APR 1984)

The offeror represents that--

(a) It [] has, [ } has not participated in a previous contract or l subcontract subject either to the Equal Opportunity clause of this solicitation, the clause originally contained in Section Page 67 of 84 I

., .. -. .. .- - - - . - . . ~ . . - . . - - - .- . . . ,. _. - .. _.. ..

RS-ADM-98-141 Section-K' LK.lle __(Continued) 310Lof Executive Order-No. 10925, or_the clause contained in Section'201 of 7Executive' Order'No. 11114; (b) lit [- ): has, [-] has not filed all required compliance reports;-and' (c) Representations indicating' submission of required compliance _ reports, _ signed by proposed subcontractors, will--be obtained-before subcontract awards.: -!

(End of-Provision)

K.12 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984)

The offeror represents that (a) .it - ( ) has developed and has on file, [-)'has not developed and does not have an file, at each establishment, affirmative action programs required by the rules

and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2),

-or (b) __- it [_] has not previously had contracts subject to the written affirmative ~ action programs requirement ~of .he rules and regulations of the Secretary of Labor.

[End of Provision) i K.13 52.223-1 CLEAN-AIR AND WATER CERTIFICATION (APR 1984) ,

The Offeror certifies that--

-(a).Any facility to be used.in the performance of'this proposed contract is [), is not [] listed on the Environmental Protection Agency (EPA) List of Violating Facilities; (b) The Offeror will immediately notify the Contracting Officer, before award, of the receipt of any communication from the .

Administrator, or a designee, of the EPA, indicating that a1y facility that the efferor proposes to use for the performance of the contract is urder consideration to be listed on the EPA List of Violating Facilities; and (c) The-Offeror will include a certification substantially the same as this certification, including this' paragraph (c), in every nonexempt subcontract.

[End of Provision]

m Page 68 of 84

'RS-ADM-98-141' Section K K.14 NRCARl2052.209-70 QUALIFICATIONS OF CONTRACT EMPLOYEES (JAN 1993)

-The offeror hereby_ certifies by submission of this-offer _that

-all-representations made regarding its employees,z proposed' -

- subcontractor personnel,.and consultants _are_ accurate._

(End of'Provi'sion]

K.15 NOTICE TO' OFFERORS --CERTIFICATE PERTAINING-TO-FOREIGN-INTERESTS La. ~All' offerors are hereby notified that the NRC contemplates an award involving access to classified information in accordance with the clause in Section H. entitled " Foreign Ownership, Control, or Influence over Contractor (FOCI)." Award will not be made unless the NRC's Division of Facilities and Security (DFS) makes_an-affirmative FOCI determination ~for the apparent successful offeror. Where-there is  !

-insufficient lead time between selection and contract award to allow a pre-award FOCI determination, the NRC may award a contract. However, the. contractor may not access classified ~information until such time as the contracting officer provides written notification that an affirmative FOCI determination has been completed and access is

. permitted. The NRC reserves the right to cancel the maard at no cost to the Government if the contractor fails obtain the required FOCI +

approval within- 30 calendar days af ter contract award.

b. Only the apparent successful offeror shall be required to submit the information required ir. the " Certificate Pertaining ta Foreign Interests" (Certificate) attached ts Section J. Such submittal _shall be made by the date stated in the NRC Contracting Officer's written request prior to award.
c. Where an apparent successful offeror is a contractor not possessing a current (within 5 years from the date of this offer) affirmative FOCI determination, the NRC Contracting Officer shall provide the apparent successful offeror with current guidelines for completina the FOCI 1information required in the Certificate and a format for listing the contractor's officers and directors.
d. If_an apparent successful offeror previously received an affirmative FOCI determination from the NRC or another federal agency (e.g., the Department of Defense or the Department of Energy) within five years from-the date of the offer, the offeror may submit the following representation upon receipt of the NRC Contracting Officer's written request-for FOCI information:

Notice of_Nonapplicability for Foreign Ownership Control, or Influence Over Contractors (FOCI) .

I represent tnat I need not complete the information required in L .the>" Certificate Pertaining to Foreign Interests" because an L affirmative-FOCI determination has been made based upon previous l

Page 69 of 84

.- - - - . . .. ,- - .- - -- a ., , . . --

RS-ADM-98-141 Section K K.15 (Coatinued) representations made to:

[ insert name of federal agency office and date of prf.or representations) and I represent that the previous representations remain accurate, current (within five years from the date of this offer), and complete.

Company Name and Address:

Signature (See Note 1)

Name Title Note 1. Signature shall be an authorized official. That is, an identified in the organization's Artic3es of Incorporation Laws as responsible for managing the business affairs of organization, or any other employee, identified by name, of organization if designated in writing by such an authorized official as having been delegated authority to execute FOCI representations on behalf of the organization.

The NRC Contracting Officer shall verify this representation through DFS. If JFS is unable to verify the apparent successful offeror's representation, the apparent successful offeror shall be required to submit the information required in the Certificate by the date requested by the NRC Contracting Officer.

(End of Provision)

Page 70 of 84 e

. . . ~ . . . - . .- ,.

.c 3; y RS-ADM-98-141' . Section LL i

~SECTION;L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 .52'.252-1 SOLICITATION-PROVISIONS INCORPORATED BY REFERENCE-(JUN 1988) ,

This solicitation incorporates one or more_ solicitation provisions by reference,-with the same force'and effect as if they were- given in full text. - Upon-request, the contracting officer .

will make their full text available.

I. . FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER '1) '

PROVISIONS NUMBER TITLE DATE 52.222-24 PREAWARD ON-SITE EQUAL APR 1984 OPPORTUNITY COMPLIANCE REVIEW

'[End of Provision)

L.2 52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a-Firm Fixed Price contract resulting from this solicitation.

[End of Provision)

L.3 52.233-2 SERVICE OF PROTEST (AUG 1996)

(a) Protests, as defined in Section 33.101 of the Federal.

Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed .is follows) by obtaining written and dated acknowledgment of receipt frcm:

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

Contract Management Branch No. 2 31545 Rockville Pike, Mail Stop T-7-I-2 Rockville, MD' 20852-2738 Hand carried address:

U.S. Nuclear Regulatory Commission Divisicn of Contracts and Property Ma Contract Management Branch No. 2

-11545 Rockville Pike Rockville, MD.20852-2738 Page 71 of-84 m

RS-ADM-98-141 Section L L.3 (Continued}

i l (b) The copy of any protest shall be received in the office-  !

' designated.above within one day of filing a protest with_the l

GAO . -  ;

[End of Provision)  !

i -

j L.4 52.237-1 SITE VISIT (APR 1984) l t

- Offerors or quoters are urged and expected to inspect the site _ l where services are to be performed and to satisfy themselves  !

regarding all general and local conditions that may affect the (

cost of contract performance, to the extent that the information
is reasonably obtainable. In no event shall failure to inspect l the site constitute grounds for a claim after contract award, j l-

[End of Provision) l L.5' NRCAR 2052.215-75 AWARD NOTIFICATION AND COMMITNENT OF PUBLIC FUNDS (JAN 1993) [

~

(a) All offerors will be notified of their selection or nonselection as soon as possible. Formal notification _of .

nonselection for unrestricted awards may not be made until a  !

a contract has been awarded. Pursuant to requirements of FAR 15.1001 (b) (2) , preliminary notification will be provided before the award for small business set-aside procurements on  ;

negotiated procurements. v (b) It-is also brought to your attention that the contracting officer is the only individual who can legally commit the NRC

- to the expenditure of public funds in connection with this procurement. This means that unless provided in a contract document or specifically authorized by the contracting officer, NRC technical personnel may not issue contract i

modifications, give informal contractual commitments, or otherwise bind, commit, or obligate the NRC contractually. t Informal contcactual commitments include:

4 (1) Encouraging a potential contractor to incur costs prior to receiving a contrace; ,

(2) Requesting or_ requiring a contractor to make changes #

under a contract witbout formal contract modifications; (3)- Encouraging a contractor to incur costs under a -  !

5 cost-reimbursable contract in excess of those costs ~

_ contractually allowable; and {

Page 72 of 84 4

v,- --w ~r-w n rew.n , e m w e,e+--r r *s ,x ., ow,sw.e-ex--r--> .ew-w- m--m,-., -wm, m u m - r w oe . - r w w w en s,o ,- os v.~ wy -r* g ww w--; - mw -+-s w---r. eevvs - y

R3-ADM-98-141 Section L L.5 (Continued)

(4) Committing the Government to a course of action with regard to a potential contract, contract change, claim, or dispute.

[End of Provision) .

L.6 NRCAR 2052.215-76 DISPOSITION OF PROPOSALS After award of the contract, one copy of each unsuccessful proposal is retained by the NRC's Division of Contracts and Property Management in accordance with the General Records Schedule 3 (5) (b) . Unless return of the additional copies of the proposals is requested by the offeror upon submission of proposal, all other copies will be destroyed. This request should appear in a cover letter accompanying the proposa'

[End of Provision)

L.7 PROPOSAL PRESENTATION AND FORMAT (a) Information submitted in response to this solicitation must be typed, printed, or reproduced on letter-size paper and each copy must be legible. Offerors are hereby notified that all information provided including all resumes, must be accurate, truthful, and complete to the best of the offeror's knowledge and belief. The Commission will rely upon all representations made by the offeror both in the evaluation process and for the performance of the work by the offeror selected for award. The Commission may require the offeror to substantiate the credentials, education, and employment history of its employees, subcontractor personnel, and consultants, through submission of copies of transcripts, diplomas, l' enses, etc.

(b) The offeror must submit the following material which will constitute its offer, as defined by FAR 2.101, in three (3) separate and distinct parts at the date and time specified in Block 9 of the SF 33 for receipt of sealed offers.

(1) Part 1 Solicitation Package / Offer. Two (2) original signed copies of this solicitation package / offer. All applicable sections must be signed and completed by the offeror.

(2) Part 2 Cost Proposal. One (1) original and four (4) copies of the Cost Proposal. Cost proposal shall follow the format provided in Fection B, Subsection B.3.1, Schedule of Items and Prices. The cost proposal shall be submitted separately from the Corporate Experience and Past Performance Information.

(3) Part 3 Corporate Experience and Past Performance Information.

One (1) original and four (4 ) copies. The Corporate Experience and Par.t Performance Information shall not contain any reference to cost.

Page 73 of 84

RS-ADM-98-141 Section L L . */ (Continued)

The Corporate Experience and Past Performance Information shall address the offeror's recent and relevant corporate experience in contracts for the same or similar services and the offeror's recent and relevant past performance in these contracts.  ;

(c) Corporate Experience /Past Performance Information

1. Offerors shall identify and discuss corporete experience in providing security guard services that are similar in size and scope to this procurement. Discuss any training programs, drug testing progams, health and fitness programs programs at any employee retention programs implemented.

A) > Identify all commercial and/or public contracts that your firn, has been awarded during the past five (5) years that are similar in size and scope to this procurement.

B) For the contracts identified above, provide the following information:

Name and Address of Government Agency or Coinmercial Entity:

Contact Person:

Telephone Number:

Technical Representative:

Telephone Number:

Contract Number:

Dollar Value of Contract:

Period of Performance:

Place of Performance:

Number and Type of Guards Provided:

Security Clearance Required:

The offeror should specify whether it has had any prior contracts terminated for default and discuss the circumstances surrounding the default. Additionally, discuss any disputes that may have risen under such contracts.

2. Offerors shall provide documentation demonstrating success-ful past performance and accomplishments on the contracts identified in Criterion 1. Documentation should include:

letters of commendation, evidence of awards received, etc.

It is incumbent upon the offeror to provide adequate documentation to support your firm's past performance history.

Page 74 of 84

. e f

RS-ADM-98-241 Section L l L.7 (Continued) j NOTE: Offerors are advised that survey questionaires will be f forwarded to three (3) of the clients referenced above.

The questionaires will aid in the Government's evaluation of the offeror's past performance history. (See Section  :

J, Attachment 6 for sample questionaire.) j

[End of Provision)

L.8 NRCAR 2052.222-70 NONDISCRIMINATION BECAUSE OF AGE (JAN 1993) )

i

.It is the policy of the Executive Branch of the Government that:

?

(a) Contractors and subcontractors engaged in the performance of Federal contracts may not, in connection with the employment ,

advancement, or discharge of employees or in connection with the terms, conditions, or privileges of their employment, '

discriminate against persons because of their age except upon the basis of a bona fide occupational qualification, l retirement plan, or statutory requirements; and (b) That contractors and subcontractors, or person acting on their 1 behalf, may not specify, in solicitations or advertisements -

for employees to work on Government contracts, a maximum age limit for employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan, or statutory requirement.

[End of Provision)

L.9 SUBCONTRACTING PROGRAM PLAN FOR UTILIZATION OF SMALL

  • BUSINESS AND SMALL DISADVANTAGED BUSINESS CONCERNS '

(JUN 1991)

I When requested by the Contracting Officer, offerors shall submit a subcontracting plan as called for by 52.219 Small Business and Small Disadvantaged Business Subcontracting Plan using attached format (See Section J for List of Attachments).

(End of Provision] ,

L.10 ESTIMATED DURATION (JUN 1988)

The duration of the contract is estimated to be 1 year. (See section F for any option periods)

(End of Provision)

L.11 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENT / REMITTANCE ADDRESS Page 75 of 84

=

ys ..

3 p..e,e9 -3..r.

  • e . ..g. 9 ,* me. e a y, .re*--e Ns+w' N+-- wa'=-Pr 1-Pr* e'-ow=---w'r-f+e ee- - N w-w wvN*+weme weww-e - m wer e,. wwwe w yp-p urt.cor--s-e-

- w

RS-ADM-98-141 Section L L.11 (Continued)

It is the policy of the Nuclear Regulatory Commission to pay government vendors by the Automated clearing House (ACH) electronic funds transfer payment system in lieu of a U.S.

Treasury check. If for good reason tne offeror is unable to participate in the ACH/ Vendor Express program, it should be notated in the offeror's proposal and it will be discussed during the negotiation process. If item 15C. of the Standard Form 33 has been checked, enter the remittance address should agreement to an alternate method of payment ensue.

Name:

Address:

[End of Provision)

L.12 52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (OCT 1997)

, (a) Definitions. As used in this provision--

Discussions are negotiations that occur after establishment of the competitive range that may, at the Contracting Officer's discretion, result in the offeror being allowed to revise its prcposal.

In writing or written means any worded or numbered expression which can be read, reproduced, and later communicated, and includes electronically transmitted and stored information.

Proposal modification is a change made to a proposal before the solicitation's closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award.

Proposal revision is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a contracting Officer as the result of negotiations.

Time, if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then the period shall include the next working day.

(b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this sulicitation by the date and time specified in the amenoment(s).

Page 76 of 84

.- - . __- - _ _ = - - - - - .. .

. e RS-ADM-98-141 Section L L.12 (Continued)

(c) Submission, modification, revision, and withdrawal of proposals. (1) Unless other methods (e.g., electronic commerce or facsimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted in paper media in sealed envelopes or packages (1) addressed to the office specified in the solicitation, and (ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information in paragraphs (c) (1) (1) and (c) (1) (11) of this provision.

(2) The first page of the proposal must show--

(1) .The solicitation number; (ii) The name, address, and telephone and facsimile numbers of the offeror (and electronic address if available);

(iii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each item; (iv) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation; and (v) Name, title, and signature of person authorized to sign proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office.

(3) Late proposals and revisions. (i) Any proposal received at the office designated in the solicitation after the exact time specified for receipt of offers will not be Considered unless it is received before award is made and--

(A) It was sent by registered or certified mail not later the fifth calendar day before the date specified for receipt of offers (e.g., an offer submitted in response to a solicitation requiring receipt of offers by the 20th of the month must have been mailed by the 15th);

(B) It was sent by mail (or telegram or facsimile, if authorized) or hand-carried (including delivery by a commercial carrier) if it is determined by the Government that the late receipt was due primarily to Government mishandling after receipt at the Government installation; Page 77 of 34

,, - - - - - . ,,. ,- . , , - , - - - - . , - , - - - - - . , , , , - , -n. - -

RS-ADM-98-141 Section L L.12 (Continued)  :

(C) It was sent by U.S. Postal Service Express Mail Next Day i Service-Post Office to Addressee, not later than 5:00 p.m. at the of mailing two working days prior to the date specified for receipt proposals. The term " working days" excludes weekends and U.S.

holidays; (D) It was transmitted through an electronic commerce method authorized by the solicitation and was received at the initial point of entry to tne Government infrastructure not later than 5:00 p.m.

one working day prior to the date specified for receipt of proposals; or (E) There is acceptable evidence to entablish that it was received at the activity designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers, and the Contracting Officer determines that accepting the late of fer would not unduly delay the procuren.ent; - or (F) It is the only proposal received.

(ii) Any modification or revision of a proposal or response to request for information, including any final proposal revision, is subject to the same conditions as in subparagraphs (c) (3) (1) ( A) through (c) (3) (1) (E) of this provision.

iiii) The only acceptable evidence to establish the date of mailing of a late proposal or modification or revision sent either by registered or certified mail is the U.S. or Canadian Postal Service postmark both on the envelope or wrapper and on the original

. receipt from the U.S. or Canadian Postal Service. Both postmarks must show a legible date or the proposal, response to a request for information, or modification or revision shall be processed as if mailed late. " Postmark" means a printed, stamped, or otherwise placed impression (exclusive of a postage meter machine impression) that is readily identifiable without further action as having been supplied and affixed by employees of the U.S. or Canadian Postal Service on the date of mailing. Therefore, offerors or respondents should request the postal clerk to place a legible hand cancellation bull's eye postmark on both the receipt and the envelope or wrapper.

(iv) Acceptable evidence to establish the time of receipt at Government installation includes the time /date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(v) The only acceptable evidence to establish the date of mailing of a late offer, modification or revision, or withdrawal sent by Express Mail Next Day Service-Fost Office to Addressee is the date entered by the post office receiving clerk on the " Express Mail Next Day Service-Post Office to Addressee" label and the Page 78 of 84

RS-ADM 98-141 Section L L.12 (Continued) postmark on both the envelope or wrapper and on the original receipt from the U.S. Postal Service. " Postmark" has the same meaning as defined in paragraph (c) (3) (iii) of this provision, excluding postmarks of the Canadian Postal Service. Therefore, offerors or respondents should request the postal clerk to place a legible hand cancellation bull's-eye postmark on both the receipt and the envelope or wrapper.

(vi) Notwithstanding paragraph (c) (3) (i) of this provision, a late modification or revision of an otherwise successful proposal that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted.

(vii) Proposals may be withdrawn by written notice or telegram (including mailgram) received at any time before award. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision entitled " Facsimile Proposals." Proposals may be withdrawn in person by an offeror or en authorized representative, if the representative's identity is made known and the representative signs a receipt for the proposal before award.

(viii) If an emergency or unanticipated event interrupts Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office.

(4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items.

(5) Proposals submitted in response to this solicitation shall be in English and in U.S. dollars, unless otherwise permitted by the solicitation.

(6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award.

(7) Offerors may submit revised proposals only if requested or allowed by the Contracting officer.

(8) Proposals may be withdrawn at any time before award.

Page 79 of 8,4

RS-ADM-98-141 Section L L.12 (Continued)

Withdrawals are effective upon receipt of notice by the Contracting Officer.

(d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of lays specified on the solicitation cover sheet (unless a different period is proposed by the offeror).

(e) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want disclosed to che public for any purpose, or used by the Government except for evaluation purposes, shall--

(1) Marx the title page with the following legend: This proposal includes data that shal'. not be disclosed outside the Government and shall not be duplicated, used, or disclosed--in whole or in part--

for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of--or in connection with-- the submission of this data, the Government shall have the right to duplicate, use, or disclose the_ data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets (insert numbers or other identification of sheets); and (2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.

(f) Contract award. (1) The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror (s) whose proposal (s) represents the best value after evaluation in accordance with the factors and subfactors in the solicitation.

(2) The Government may reject any or all proposals if such action is in the Government's interest.

(3) The Government may waive informalities and minor irregularities in proposals received.

(4) The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the contracting Officer later determines them to be necessary. If the contracting officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be Page 80 of 84

RS-ADM-98-141 Section L f L.12 (Continued) conducted, the Contracting' officer may limit the number of proposals in the competitive range to the greatest number that will permit an officient competition among the most highly rated proposals.

(5) The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the proposal.

(6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in e the Government's best interest to do so.

(7) Exchanges with offerors after receipt of a proposal do'not constitute a rejection or counteroffer by the Government.

(8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an ceceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting officer determines that the lack of balance poses an unacceptable risk to the Government.

(9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk.

(10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party.

(11) The Government may disclose the following information in postaward debriefings to other offerors:

(i) The overall evaluated cost or price and technical rating the successful offeror; (ii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection; (iii) A summary of the rationale for award; and (iv) For acquisitions of commercial items, the make and model the item to be delivered by the successful offeror.

(END-OF-PROV)

Page 81 of 84

. 6 RS-ADM-98-141 Section M I

SECTION N - EVALUATION FACTORS FOR AWARD f

l N.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (JUN 1988)  ;

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer-Will make their full text available.

I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) .

PROVISIONS  :

NUMBER TITLE DATE  ;

52.217-5 EVALUATION OF OPTIONS JUL 1990 j

[End of Provision] ,

N.2' CONTRACT AWARD AND EVALUATION OF PROPOSALS COST AND TECHNICAL MERIT OF EQUAL VALUE (a) By use of numerical and narrative scoring techniques, proposals are evaluated against the evaluation factors specified in paragraph M.3 below. These factors are listed in ,

their relative order of importance. Award is made to the ,

offeror:

+

(1) Whose proposal is technically acceptable; (2) Whose technical / cost relationship is most advantageous to ,

the Government; and '

(3) Who is considered to be responsible within the meaning of Federal Acquisition Regulation Part 9.1.

(b) Ir,the selection of a contractor, technical merit in the i evaluation criteria set forth below and cost bear equal i significance. To be selected for an award, the proposed cost

-must be realistic and reasonable.

(c) The Government may: ,

(1) Reject an/ or all offers if the action is in the public interests '

(2) Accept other than the lowest offer; and (3) Waive informalities and minor irregularities in offers received, i Page 82 of 84 i

+

! ,I

-.... .--- - . ._.-.: . - _ - - - - - - .- - - . - - - = . - . . - . - . . - ,

o O RS-ADM-98-141 Section M Mo2 (Continued)

(d) The Government '

.y award a contract on the basis of initial offera receive sithoat discussions. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoints.

(e) In making the above determination, an analysis is performed by the Government that takes into consideration the results of the technical evaluation and price analysis.

[End of Provision)

M.3 EVALUATION CRITERIA

a. The Government will award a contract resulting from this solicitation to the recponsible offeror whose offer conforming to the solicitation, will be most advantageous to the Government, price and other factors considered.

Technical capability is equal to price. The following factors shall be used to evaluate offers:

(1) CORPORATE EXPERIENCE 50 points The extent (quantitative) to which the offeror demonstrates corporate experience in performing contracts that are similar in size (number of personnel required) and scope of this procurement (type of personnel required),

a) Experience in providing and maintaining a 30 points large guard force.

b) Experience in implementing a comprehensive 10 points security training and certification program which ensures that guards are properly trained and qualified for duty, c) Experience in implementing a health and 10 points fitness program which ensures that guards remain physically fit for duty.

d) Experience in inplementing s drug testing 5 points program which ensures a drug-tree workplace.

e) Experience in implementing an employee 5 points retention program which ensures that the employee turnover remains low.

(2) PAST PERFORMANCE 50 points Page 83 of 84

. s RS-ADM-98-141 Section M M.3 (Continued)

Extent (qualitative) to which the offeror demonstrates successful performance on the contracts presented in Criterion (1) above,

b. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option (s).
c. A written notice of award of acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party.

Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award,

d. The NRC intends to award a contract resulting from this solicitation in accordance with FAR 52. 215-1 (f) .

(End of Provision)

Page 84 of 84

o 6 RS-ADM.08 141 AT T ACHf4CNT NO.1 (MARCH 1996)

Page 1 of 3 BILLING INSTRUCTIONS FOR FIXED PRICE CONTRACTS General: The contractor shall prepare vouchers or invoices as prescribed herein. FAILURE TO SUBMIT V0UCHERS/INV0 ICES IN ACCORDANCE WITH THESE INSTRUCTIONS WILL RESULT IN REJECTION OF THE YOUCHER/ INVOICES AS IMPROPER.

[ggs Claims shall be submitted on the payee's letterhead, voucher / invoices, or on the Government's Stardard Form 1034, 'Public Voucher for Purchases and Services Other than Personal,' and Standard Form 1035, 'Public Voucher for Purchases Other than Personal--Continuation Sheet.' These forms are available from the U.S. Government Printing Of fice, 710 North Capitol Street, Washington, DC 2fs401.

Kymber of 19Riti: An original and three copies shall be submitted. Faiture to submit all the required copies will result in rejection of the voucher / invoice as improper.

Qtlionated AetacY Billino office: Vouchers / Invoices shall be submitted to the following address:

U.S. Nuclear Regulatory Comission Division of Contracts - T-7-I-2 Washington, DC 20555-0001 A copy of any invoice which includes a purchase of property valued at the time of purchase at $5000 or more, shall additionally be sent to:

Chief, Property Management Branch Division of Facilities and Property Management Mail Stop - T-7-D-27 Washington, DC 20555-0001 HAE-DELIVERY OF V00CHERS/ INVOICES IS DISCOURAGED AND WILL NOT EXPEDITE PROCESSING BY THE NRC. However, should vou choose to deliver vouchers / invoices by hand, including delivery by any express mais serv: or special delivery service which uses a courier or other person to deliver the vouchers / invoices in person to the NRC, such vouchers / invoices must be addressed to the above Designated Agency Billing Office and will only be accepted at the following location:

U.S. Nuclear Regulatory Commission One White Fitnt North - Mail Room 11555 Rockville Pike Rockville, MD 20852 ham-CARRIED SUBMISSIONS WILL NOT BE ACCEPTED AT OTHER THAN THE ABOVE ADDRESS

_ _ - - . - _ _ = .= -- __ .- .- _ _ _ - _

. . i 3

(t!LLINE INSTRUCTIONS FOR FIXED PRICE CONTRACTS - Page 2 of 3  ;

Note that the official receipt date for hand-delivered vouchers / invoices will be the date it is received by the official agency billing office in the Division of Contracts. .

Antasy Pamment office: Payment will continue to be made by the office  :

designated in the contract in Block 12 of the Standard form 26 or 81ock 25 of the Standard Fors 33, whichever is applicable.

Treguancy: The contractor shall submit a voucher or invoice only after the NRC's final acceptance of services rendered or products delivered in performance of th contract unless otherwise specified in the contract.

Presaration and Iteatration of the Voucher / Invoice: The voucher / invoice shall be prepared in ink or by typewriter (without strike-overs). Corrections or erasures must be initialed. To be considered a proper voucher / invoice, all of the following elements must be included:

1. Contract nuuber.
2. Sequential voucher / invoice number.
3. Date of voucher / invoice.
4. Payee's name and address. (show the name of the contractor and its correct address. In addition, when an ast,ignment of funds has been made by the contractor, or a different payee has been designated, include the name and address of the payee). Indicate the name and telephone number of the individual responsible for answering questions which the NRC may have regarding the voucher /invoicc.
5. Description of articles or services, quantity, unit price, and total amount.
6. For contractor acquired property list each item purchased costing

$50,000 or more and having a life rxpe tancy of more than 1 year and provide: (1) an ites description (2) manufacturer, (3) model number, (4) serial number, (5) acquisition cost, (6) date of purchase, and (7) a copy of the purchasing document.

7. Weight and zone of shipment, if shipped by parcel post.
8. Charges for freight or express shipments. Attach prepaid bill if shipped by freight or express.
g. Instructions to consignee to notify the Contracting Officer of receipt of shipment.-

O 6 (t!LLIM INSTRUCTIONS FOR FIXED PRICE CONTRACTS - Page 3 of 3

10. For Indefinite Delivery contracts or contracts under which progress payments are authorized, the final voucher / invoice shall be marked

' FINAL V00CHER' OR ' FINAL INVOICE.*  ;

Currency: Billings may be expressed in the currency normally used by the contractor in maintaining his accounting records and payments will be made in that currency. However, the U.S. dollar equivalent for all vouchers / invoices paid under the contract may not exceed the total U.S. dollars authorized in the contract.

Supersession: These instructions supersede any previous billing instructions.

R:\tILLIM.396

. _ _ . , _ _ _ . . . _ . . _ _ _ , , ,_.___,.,-.__m,. ..r -

, - _ _ _ . . ., ,,..._r. _ ., . _ . _., r- , _ , . __._.c , -

AllACHM(.N1 tgo, 2

. _ . . - _ . . avTsOeufy Nnc FonM LF u.s. Nucl r AP ct non e Tmv -nviu. sta Te.e p4.c . nou u end ceni. w n.e a=n NRC $ecisey Pvtgram. NRCMD 12, ag$es to asnteeD t3 gaetturmarue W Dun crstract, tutuantisc1 sd CONTRACT SECURITY AND/OR w- %

CLASSIFICATlON REQUIREMENTS COMPLETE CLAS$1FIED ITEMS BY SEPARATE CORRESPONDENCE

= . . , = _ _ - _ .

i a c.cers.am w su n s:m ccui,a se .. 2. TYPE OF SUBMIS$lON t u e maciono. ann awo au msss anckcvs

%.a cve w sos as eo.,:g.- ., ~.

.- m. .-

m. m . w, m.n - ,_

6

.; A ;C U.

E a atvero is.4.e sweauve womesami D s*04 0ftc r .5'a r t t.er01/31/1997 m e?. -

{ 02/01/1998

3. FOR FOLLOW.ON CONTRACT, ENTER PRECEDING CONTRACT NUMBER AND PROJECTED COMPLETION DATE

~ ~ " ' ' ' "

~

~

6. ccmnactu m a ^ j oarE a taars wat Arne 01/31/1993 NRC.10 95-149 l 4 PetOACT Tff t3 aNo OT>e a ga etty vegg per oppa TK'se ScEurity Guard Contract

' NATONE $ECURITY i RE STRcTED DAT A

8. PERFORMANCE ' VILL REQUIRE A ACCEst TO CLAJ$1F ED MATTE R OR CLASSIFIED P#0RMAf ord .

vis (W"YES, enower 17 tekny) fa j

g.

SECRET I cot #1DENTnAL i SF, RET . CONFOE NTnAL NO (N "NO[ gre med to $ C )

l h ^ "~

1 ACCE SS TO F OR[ON NTELLCENCE ## ORMATION y F

~~'.

~ "-- _

~ -

~" ~

! RECtlPT. STORAGE.OR OTHER $Af tGUARDING OP CLAS$8FIED MATTER ($.e 5 g ) ._ . . .

7 .- . . ' i 3 Ot NERATON OF CLAssanEDlAATTER l I & ~

l -

d ACCE SS TO CRYPTOGRAPHIC lAAtt RnAL OR OTHE R CLASSIFIED Cubs.EC INF ORMAT ON ( ,

j l ACCESS TO CLASSFIED MATTER OR CLAS$1FIED

-- - m  ! --"

6 INFONMATON PROCE$$FD BY ANOTHER AGCi [ .

~~

CLAsstFIED USE OF AN AUTOMATIC DAT A PROCESENG i .F 7 8

SYSTLM l [7)

N l L_ ) w - -

j ,,__, u 7 OTHER (Speedy) ._.

C UNESCORTED ACCES$ l$ REQUIRED TO PROTECTED AND VIT4 AREAS OF NLICLEAR POWER PLANTS o oTO, m ,,F o.A,<OUAnose,OR, 10N o ACCE= -

E o AeCEu mmmoro sEN ,1-STmMs ANDom F UNESCORTED ACCE$$ TO NRC HEADQUARTER $ BUILDING FOR PROCEDURES AND REQUIREENTS ON PROVOING TEMiaORARY AND Fr*4 APPROVAL FOR UNESC f *1 W was sesg-ee vsmg p*gres

  • " " * " " PRecto ON RE vAED ParTR

e a 4 MO8eAATON PERTMNHO TO THESt RtOUIRt MENTS OR THit PitOJf CT. (Vt N THOUGk $UCH MORMATON IS CCWSIDE RtD UNCLAS$FitD,

$NALL NOT DE RELEA$tD FOR ta$ttM14Af TON EXCtri A8 APPROVED BY, DATE 4ANr AND TITLE ($CNATURE I .

/t4

,4' [M // /Y Caroloyn A.C<>oper, Contract Specialist

, l ) (/  ;

7. CLASSIFICATikN,0blDANCE NATLAt CF CLASEs'iLD GUICANCE EKHTFCA10N C# Cle tStCATON GulDE S

[

No classified will be generated, o vuosiricu ncvecer vr vune rv4vivn # ovovuninnvivn nervn e to; mu v e ncn uvuumcn s o eviLL oc srsones,irn av.

] AuTHORizrD cLAs$rica (N== at Taw [ tmSON Or FACsufits AND stCURITY 9, REQUIRED DISTRIBUTION OF NRC FORM 187 Check appropriate bor(es)

$PONSORPG NRC CFFCE OR CMS 40N (nom 1CA) ] DMSON OF CONTRACTS AND PROPERTY MANAGCWNT tmSsON OF F ACILQ1ES AND SECURfTY (liain 108) CONTRACTOR (tiem i)

StCURITYCLASSFCATON RtOutREMENTC FOR S'JDCONTRACTS RESULTING FROM THiS CONTRACT WILL BE M4 Of f CML5 NA.4D IN ITEMS 106 AND 10C BELOW

10. APPROVALS SECURITYCLAS$r1CATON RECKMRLENTS FOR $U0 CONTRACTS RESULTING FROM THl5 CCHTRACT WILL BE APPR iTlidS 100 AND 100 DELCW.

' SIGNATURE i DATE NAME (Print or type)

SCNATURg ,DATE A WttCTOR, OFFICE OR DMSION t* A -

[f I T2 a)mond J. Brady Director, Facilities and Security ,

SG NATURg !DATE 8 DWtLCTOR. DMSON C# F ACIUTitS #C StCURITY mond J. Brady, Director Facilities and Security i . O!b/7

-J $

$CNATURE , iDATE C. tumecTOR.CMSION OP CONTRACTS AND PROPERTY MANAOEMENT

,'[6)jy Elois J.Wiggins, Chief Contract Mgt Br No 2 _

ct ,

// /y/g j

- 3, 1

RS-ADM-98-141 l At.tachment NO. 3-  !

Page 1 of 3 [

I- !t REGISTER-OF WAGE LETERMINATIONS UNDER U.S. DEPARTMENT OF LABOR THEA ERVICE CONTRACT ACT EMPLOYMENT STANDARDS ADMINISTRATION' dire ion of'the Se retary of Labor WAGE AND HOUR DIVISION

/

WASHIN3 TON, D.C. 20:10

'I

  • *l~<=

7 '/ f (/ }.

  • \.

. s. 6,6,% > a b ,( > , ; ^,

Wage Determination No.:- 97-0379 William W. Gross Division of  !

Director. Wage Determinations l Date of Last Revision: 09/24/1997  !

I

-l State (.E : Maryland Area: !%RYLAND COUNTIES OF MONTGOMERY. ,

    • Fringe Benefits Required For All Occupations Included In This Wage Determination Follow The Occupational Listing ** j OCCUPATION MININUM HOURLY WAGE Employed on U.S. Department of Energy contracts for Security Guard Services i in the above localitys ,

i In accordance with Section 2(a) and 4 (c) of the Service Contract .

Act as amended, employees employed by the contractor in T performing the above services and covered by the collective bargaining agreement between United International Investigative ,

Services and National Union of Security Officers and Guards are to be paid the wage rates and fringe benefits set forth in the collective bargaining agreement, effective February 1, 1997 through ,

December 3, 1999.

+

i

    • UNIFORM ALLOWANCE **

1 If- employees are required to wear uniforms in the performaace of this contract (either by the terms of the Government contract, by the empicyer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaningi such uniforms'is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: ,

The contractor or subcontractor is required _to furnish all employees with an adequate number-of uniforms without cost or to

~~

reimburse employees for the actual coat of_the uniforms. In addition,~where uniform cleaning and maintenance is made the  !

responsibility of the employee, all contractors and subcontractors .

. subject to this wage' determination shall (in the absence of a bona I fide collective bargaining agreement providing for a different amount .or the furnishing of contrary af firmative proof as to the actual' cost), reimburse all employees for such cleaning and maintenance at a rate of $4.25 per_. week (or $.85 cents per day).  !

-However, in those instances where the uniformi furnished are made-of'" wash and wear a materials, may be routinely washed and dried

-_- ___; a._..~. _ _ .,_. _ . . . _ .n. _ . _ _ .

e o WAGE DETERMll:ATION NO. 197+0379 ISSUE DATE:09/24/1997 Page 2 of 3 with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs.

    • NOTES APPLYING TO THIS WAGE DETERMINATION **

REQUEST FOR AUTHORIZATION OF ADDITIONAL CbASSIFICATION AND WAGE RATE (Standard Form 1444 (SF 1444) )

Conformance Process The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the worn to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed slasses of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted clase(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. (See Section 4.6 (C) (vi) }

When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class (es) is to be conformed.

The process *or preparing a conf ormance request is as follows:

1) When preparing the bid, the' contractor identifies the need for a conformed occupation (s) and computes a proposed rate (s).
2) After contract award, the contractor prepares a written report listing in order proposed classification title (s), a Federal grade equivalency (PGE) for each proposed classification (s), job descriptien(s), and r'tionale for proposed wage rate (s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days af ter such unlisted class (es) of employees performs any contract work.
3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the ,osition of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration U.S. Department of Labor, for review. (See section 4.6 (b) (2) of Regulations 29 CFR part 4),

c 4) Within 30 days of receipt. the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request.

5) _The contracting officer transmits the Wage and Hour decisien to the contractori

1  ;

O .* l

-< j WAGE DtTERMINAT!ON NO. 97 0375'

-_ ISSUE DATEt09/::4/1997 Page 3 of 3 l i

l C) The contractor' informs the affected employees.

-Information required by the Regulations must be. submitted.on=SF '

1444 or bond paper.

i When preparing a conformance request, the

  • Service contract Act I Directory of occupations" (the Directory) should be used to compare j job definitions to insure that duties requested are not performed '

-by a classification already listed in the wage determination. j Remember, it is not the job title, but the required tasks that  ;

determine whether a class is included in an established wage l determination. Conformances may not be used to artificially split, ' (

combine,- Jr subdivide classifications listed in the wage- -l determination.

t 6

NOTEi In;accordance with Section .4 (c) of the Service contract Act, as amended, the wa;e rates and fringe benefits set forth in this wage

-determination ate based on a co11cetive bargaining agreement (s) ,

-under which the incumbent contractor is operating. The wage  ;

determination sets forth the wage rates and fringe benefits  ;

yrovided by the collective bargaining agreement and applicable to performance on the service contract. However, failure to include any gob classification, wage rate, or fringe benefit encompassed in  ;

the collective bargaining agreement does not relieve the successor ,

contractor of the statutory requirements to comply as a minimum  !

with the terms of the collective bargaining agreement insofar as wages and fringe benefits are concerned. -l F

i

)

?

5 4

+-s-~w-e-* += ,, -if + g- e-.m,mi--te.----s--rewww-he-t-v*=e-(+-e, y ye.,%-v-.- :- -ee r e- . y* w w t g,w.ern-+. e-,-t,rytw=ve*=+4 4-----*wy=, myyo-++-i== cse a .y t o +

, , Ks-ADM*96-141  :

Attachment No. 4 [

i SMALL BUSINESS AND SMALL O!SADVANTAGED BUSINESS SUBCONTRACTING PLAN Date

- CONTRACTOR:

ADDRESS: ,

SOLICITATION OR CONTRACT NUMBER:

- ITEM / SERVICE:

The following, together with any attachments, is hereby submitted as a Subcontracting Plan to satisfy the applicable requirements of Public Law 95-507 as implemented by 0FPP Policy Letter 80-2.

1.(a) The following percentage goals (expressed in terms of a percentage of total planned subcontracting dollars) are applicable to the contract cited above or to the contract awarded under the solicitation cited.

% of total planned (1) Small Business concerns:

subcontracting dollars under this contract will go to subcontractors who are small business concerns.

(ii) Small Disadvantaged Business Concerns:  % of total planned subcontracting dollars under this contract will go to subco1 tractors who-are small business concerns owned and contr111ed by socially and economically disadvantaged indi,1 duals. This percentage is included in the percentage shown under 1 (a)(1), above, as a subset.

(b) The following dollar values correspond to the percentage goals shownin(a)above.

(i) Total dollars planned to be subcontracted to small business ,

concerns: $ .

-(11) Total dollars planned to be subcontracted to small disadvantaged business concerns: $ . This dollar amount is included in the amount shown under 1.(b)(f),

above, as a subset.

r-,,ey - , , . -_ -.v - y-, -

r -

r- --- - . - , _ - , _ - - ,---,-y, _ . , -._,- -- ,

._ - . ._ . ._ - _ _ _~ .. _.._ . _ - - . _ _ _ _ _ . . _ -

o ,  !

(c) The total estimated dollar value of s11 rianned subcontracting (to all types of business concerns) under this contract is ,

(d) The following principal products and/or services will be subcontracted under this contract, and the distribution among small and small disadvantaged business concerns is as follows:  ;

(Products / services planned to be subcontracted to small business concerns are ide.tified a by * - To small disadvantaged business concerns by **)

o I

(ATTACHMENT MAY BE USED IF ADDITIONAL SPACE 15 REQUIRED)

(e) The following method was used in developing subcontract goals (i.e., Statement explaining how the product and service areas to be subcontracted were established, how the areas to be subcontracted to small and small disadvantaoed business concerns were determined, and, how small and small disadvantaged business concerns' capabilities were determined, to include identification of source lists utilized in making those determinations). ,

(f) Indirect and overnead costs (check on below):

have not been

__have been __

included in the goals specified in 1(a) and 1(b)

(g) If "have been" is checked, explain the method used in determining >

the proportionate share of indirect and overhead cost to be allocated as subcontracts to small business concerns and small disadvantaged business concerns.

2 t-

--,nn.. .e-,-<-,ere-- -- , , , - - - - . - . - - , , --,w n -----

2. The ic11owing individual will administer.the subcontracting program: j Name: i Address & Telephone:

L

Title:

t This individual's specific duties, as they relate to the firm's-subenntracting program, are as follows:

General overall responsibility for this company's Small Business Program, the development, preparation and execution of individual subcontracting plans, and for monitoring performance relative to y contractual ~ subcontracting requirements contained in this plan, including, but not limited to:  ;

(a) Developing and maintaining bidders' lists of small and small

- disadvantaged business concerns from all possible sources.

(b) -Ensuring that procurement packages are structured to permit small and small disadvantaged business concerns to participate to the '

maximum extent possitie.

(c) Assuring inclusion of small and 500 concerns in all sol: citations for products or services which they are capable of providing.

(d) Reviewing solicitations to removt statements, clauses, etc., which may tend to restrict or prohibit SB and SDB participation.

(e) Ensuring pericdic rotation of potential subcontractors on bidders' lists. .

(f) Er.suring that the bid proposal review board documents its reasons for not selecting low bids submitted by sn.all and small disadvantaged business concerns.

(g) Ensuring the establishment and maintenance of records of solicitations and subcoittract award activity.

(h) Attending or arranging for attendance of compsny counsellors at

- Business Opportunity Workshops, Minority Business Enterprise Seminars Trade Fairs, etc.

(i) Conducting or arranging for conduct of motivatinal training for purchasing personnel pursuant to the intent of P.L.95-507.

'(j) Monitoring attainment of proposed gosis.

, - ~ e,,, ,,,,-m.-- l

O e (k) Preparing and submitting periodic subcontracting reports required.

(1) Coordinating contractor's activities during the conduct of compliance reviews by Federal agencies.

(m) Coordinating the conduct of contractor's activities involving its small and small disac....;:.;ad business subcontracting program.

(n) Additions to (or deletions f rom) the duties specified abova Are as follows:

3. The following efforts will be taken to assure that small ano . mall disadvantaged business concerns will have an equitcble opportunity to compete for subcontracts:

(a) Outreach efforts will be made as follows:

(1) Contacts with minority and small business trade associations (ii) Contacts with business development organizations (iii) Attendance at small and minority business procurement conferences and trade fairs (iv) Sources will be requested from SBA's PASS system.

(b) The following internal efforts will be made to guide and encourage buyers:

(i) Work: hops, seminars and training programs will be conducteu (11) Activities will be monitored to evaluate compliance with this subcontracting plan.

(c) Small and small disadvantaged business concerns source lists, guides and other data identifying small and small disadvantaged business concerns will be maintained and utilized by buyers in soliciting contracts.

g 4

(d) Additions to (or deletions from) the above listed efforts are as follows:

V

4. The bidder (contractor) agrees that thi clause entitled " Utilization of Small Business Concerns and Small Business Concerns Owned and-
entroiled by Socially ana Economically Disadvantaged Individuals" will be included in all tubcontracts which offer further subcontracting opportunities, and all subcontractors except small business concerns wno receive subcontracts in excess of $500,000 will be required to adopt and comply with a subcontracting plan similar to this one. Such plans will be revieweo by comparing them with the provisions of Public

- Law 95-507, and assuring that all minimum requirements of an acceptacle subcontracting plan have been satisfied. The scceptability of percentage goals shall be determined on a case-by-case basis depending ,

on the supplies / services involved, the availability of potential small ano smail disadvantageo suocontractors, anc prior experience. Once approved and implemented, plans will be monitored through the submission of periodic reports, and/or, as time and availability of funds permit, periodic visits to subcontractors' facilities to review applicable records and subcontracting program progress.

5. The bidder (contractor) agrees to submit such periodic reports and cooperate in any studies or surveys as may be required by the contracting agency or the Small Business Administration in order to cetermine the extent of compliance by the bidder with the subcontracting plan and with the clause entitled " Utilization of Small Business Concerns and Small Business Concerns Owned and Controlled by Socially and Economically Disadvantaged Individuals" contained in the contract.
6. The bidder (contractor) agrees that he will maintain at least the following types of records to document compliance with this subcontracting plan:

~

(a) Small and small disadvantaged business concerns souice lists, <

guides and other data identifying SB/SDBC vendors.

(b) Organizations contacted for small and small disadvantaged business Jources.

I 5

w , - , . . , , v.._. , - , .-

(c) On a contract-by-contract basis, records on all subcontract solicitations over $100,0LD, indicating on each solicitation (1) '

whether small businist co",cerns were solicited, and, if not, t5y not; (2) whether small disadvantaged business concerns were solicited, and, if not, why not; and (3) reasons for the f ailure of solicited small or small disadvantaged business concerns to receive the subcontract award.

(d) Records to support other outreach efforts: Contacts with Minority and Small Business Trade Associations, etc. Attendance at small and minority business procurement conferences and trade rates.

(e) Records to support internal activities to guide and encourage buyers: Workshops, seminars, training programs, etc. Monitoring activities to evaluate compliance.

(f) On a contract-by-contract basis, recores to support subcontract

  • award data, to it. lude name and address of subcontractor.

- (;) Rec:rds to be aintained *n addition to the above are as follows:

Signed:

Typed Name:

Title:

Date:

Plan Accepted By:

Contracting Officer Date:

- NOTE TO CONTRACTING OFFICER: Upon incorporation of a plan into the contract,-

' indicate herein the estimated dollar value of Cotitract 5 .

6

,,w,, ,,

,-,m- . . , . , . , -y.g., - - ,, e . -.

o-ALs-so i*,

AttachmentNo. 5 ACH VENDORIMISCELLANEOUS PAYMENT OMB No 1510-*56 ENROLLMENT FORM This form is used for Automated Clearing House (ACH) payments with an addendum record that contains payment-r: lated information processed through the Vendor Express Program. Recipients of these payments should bring this informabon to the attenbon of their financialinsttubon when presenUng this form for Complebon.

PRIVACY ACT STATEMENT The following information is provided to comply with the Privacy Act of 1974 (P.L. 93 579). All ,

t information collected on this form is required under the provisions of 31 U.S.C. 3322 and 31 CFR 210. ,

This information will be used by the Treasury Department to transmit payment data, by electronic j means, to vendor's financialinstitution. Failure to prov'de the requesied information may delay or

} prevent the receipt of p /ments_through the Automated Clearing House Payment Cystem.

AGENCY INFORMATION I

' F EDERAL PROGRAM AGCHCY lU S. NUCLEAR REGULATORY COMMISSION -

factucv u evo !amev tocato, xac roc > acu roavar l NRC  ! 31000001 O CCo. O cix 0 CTP IX66hfis lDMSiON OF ACCOUNTING AND FINANCE, MAIL STOP T-9 H4

! WASHINGTON, OC 20555 4 001,

~ '~

COUi ACT NE' SON NAME jTELEP640NE NUMBER FINANCIAL. OPERATIONS SECTION  ;( 301 ) 415 - 752C I PAYEE / COMPANY INFORMAYlON SSN NO. OR TAKPAYER 10 NO.

NAME

ADDRESS l

l

}

! TELEPHONE NUMBER

[ CONT ACT PERSON NAME i l( )

FINANCIAL INSTITUTION INFORMATlON NAME t  !

ADORESS i

l TELEPHONE NUMBER.

( ACH LOORDINATOR NAME

!( ) ,

NINE-OctT ROUTING TRANSIT NUMBER i ___ _ _ _ _ _

DEPOSfTOR ACCOUNT TITLE IDEPOSITOR ACCOUNT NMER ' LOCK BOX NUMBER.

I ACH FORMAT:

LOCK BOX

] CHECKING ] SAVINGS lSOMATURE AND TITLE OF AUTHORIZED OFflCIAL' } TELEPHONE NUMBER.

!( )

s* e = , . . .

Instructions for Completirig SF 3881 Form

1. Agency Information Section - Federal agency prints or types the name and address of the Federal Program agency originating the vendor / miscellaneous payment, agency identifier, agency location code, contact person name and telephone number of the agency. Also, the appropriate box for ACH format is checked.
2. Payee / Company Information Section F ayee prints or types the name of the payee / company and address that will receive ACH vendor /miscelianeous payments, social security or taxpayer ID number, and contact person name and telephone number of the payee / company. Payee also verifies depositor account number, account title, and type of account entered by your financial institutinn in the Financial Institution Information Section.
3. Financial Institution Information Section - Financial institution prints or types the name and address of the payee / company's financialinstitution who will receive the ACH payment, ACH coordinator name and telephone number, nine-digit routing transit number, depositor (payee / company) account title and account number. Also, the box for te, of account is checked, and the signature, title, and telephone number of the appropriate financial instit" tion official are included.

Burden Estimate Statement The estimated average burden associated with this collection of Information is 15 minutes per responde,~,t or record keeper, depending on individual circumstances. Comments conceming the accuracy of this burden estimate and suggestions for reducing this burden should be ,

directed to the Financial Management Service, Facilities Management Division, Property and l Supply Branch, Room B-101,3700 East-West Highway, Hyattsville, MD 20782, and the Office of Mar,agement and Budget, Papenvork Reduction Project (1510-0056), Washington, DC 20603 1

RS-ADM-98-141 Attachment No.-6 l 1

- CONTRACTOR fASI .P.EI FORMANCE Oi)ESTIONAIRE

11. Contractor Name and Address: 2. Contractor Number: l (Identify Division)  !
3. Contractor Value (Base Plus Opticas: i k -
4. Contract Award Date:
5. Contract Ccmpletion Date:

1R I ' I .-..__a.. . . . . . ...e - - - .

l . _ , . . ._w& , _ , .- . . - . . . . .. . ,,

6, Ty e of contract: (Checs l that apply) -

[1_,3 [ ] FPI []FPEPA [ ] Award Fee l CPFF Completion ( ) CPFF Term- [. CPIF [ ] CPAF (- ) ID/10 - ( ) BOA 3'

Requirements ] Labor Hour [ ] i&M [ ] S35 6 W [ ] SBIR [ ] Seeled Bid j Negotiated-[ Competitive [ ] Non-Coi.fitj /e ,

7. Description of Requirement:
8. Ratings. Sumarize contractor performance and circle in the column on the right the number which corresponds to the performance rating for each rating category. Please see page three for explanation of rating scale. ,

1

- , 7 7 __.

Quality Coments 0 f I {

2 3

4

+ i Timeliness of Performance Coments 0  !

1 i 2

3 4+

4 Business Relations Coments 0 1

2 3

4

+

Customer Satisfaction (End Users) Coments 0 l 1  !

2 3 i 4 f

+ 1 tan Score (Aad the ratings above and divice by the number of areas rated l

9- Would you select this firm again? Please explain. l I

i we==== amen ===essusa=

10. Program Officer Name: Signature ,

t Phone / FAX /Internet Address- Date:

1 Rating Guidelines Summarize contractor performance in.each of the. rating-areas. Assign each area a rating of 0 (Unsatisfactory),1 (Poor), 2 (Fair), 3 (Good), 4 (Excellent), or + (Plus). . Use the following instructions as guidance in making these. evaluations. Ensure that this assessment is- '

consistent with any other Agency assessments made (i.e., for payment of fee purposes).

r 1

iQuality of Product / Service Timeliness of Performance - Business Relations  ! '

I

-Compliance with contract -- Met interim milestones Effective management-requirements Rel1able Businesslike i' Accuracy of reports -Respons1ve to technical correspondence --

Appropriateness of direction Respons1ve to contract j '

personnel -Completed on time, requirements l

-Technical excellence including wrap-up and -Prompt notification of contract adm.njstration problems No liquidated damages -Reasonable / cooperative assessed Flexible - L i

-Pro active

. Effective-contractor-recommended solutions

-Effective small/small '

disadvantagec business subcontracting program i.

D. Unsatisfactory Nonconformances are Delays are compromising the Response to inquiries. '

compromising the achievement of contract technical / service /

achievement of contro;t requirements, despite use administrative issues is l requirements. despite use of Agency resources not effect1ve and l of Agency resources responsive 1, Poor

, Nonconformances require Delays require major Agency Response to inquiries, major Agency resources to resources to ensure technical / service /-

ensure achievement of achievement of contract administrative issues is .

contract requirements requirements marginally effective and i responsive 2, Fair I i

Nonconformances require minor Agency resources to Delays require minor Agency Response to inquiries, resources to ensure technical / service /

cn c u ns achievement of contract administrative issues is requirements somewhat effective and

,- responsive 1

3. Good Delays do not impact Response to inquiries. l achievement of contract technical / service / ,

Nonconformances do not requirements administrative issues is  !

1mpact achievement of usually effective and j eentract requirements responsive -

4. Excellent There are no delays Response to inquiries, j There are no quality technical / service / g
problems administrative issues is  ;

effective and responsive i PLUS - The contractor has demonstrated an exceptional performance level in any of the above four categor.es that Justifies adding a point to the scope. It is expected that this rating will be used 1n those rare circumstances when contractor performance already exceeds the performance-levels described as " Excellent' i

  • . RS-ADM-98-149 ATTACHMENT NO. 7 U.S. Nuclear Regulatory Commission Division of Security Facilities Security Branch N "'" * **** D*

General Order Feb 1.1995 -

GO-03 Sub}ed: Expiradon Date Jan 31,1997 STANDARDS OF CONDUCT ADM/SEC/FACSEC PURPOSE The purpose of this order is to set fonh standards of employee competency, conduct, and integrity which is required of all Security Omcers.

A. General.

The Contractor shall maintain satisfactory standards of employee competency, conduct, cleanliness, appearance, and integrity and shall be responsible for taking such disciplinary action with respect to employees as may be necessary. Each contract employee is expected to adhere to standards of conduct that reflect credit on themselves, their employer, and the NRC. Security Omcers must at all times use politeness and courtesy when dealing with Nuclear Regulatory Commission employees, guests and visitors. The Contracting Omcer's Representative (COR) reserves the right to direct the Contractor to remove any employee from the work site for failure to comply with the standards of conduct or any other requirement outlined in the Contract. The Contractor shall immediately replace such an employee to maintain continuity of service.

B. . Specific.

The following is a list of specific conduct that shall not be condoned. Violations of the standards of conduct may result in suspensior cr removal of the offending employee from this contract, as determined by the Contractor. %e Contracting Omcer (CO) shall be the final authority with respect to all allegations, charges and penalties. All alleged violations shall be fully investigated by the Contractor and a comprehensive Report of Investigation (ROI), written to the satisfaction of the COR, shall be submitted to the COR

within 7 days of the violation, informing the COR of the corrective action taken to prevent a recurrence.

1. Neglect of Duties Neglect of duties shall not be condoned. - This includes:
a. Sleeping while on duty,
b. Failure to pay full time and attention to assigned duties,
c. Unreasonable delays, or failures to carry out assigned tasks,
d. Conducting personal affairs or socializing during duty hours. Do not receive visitors on post.
e. Refusing to render assistance, or cooperate in upholding the integrity of the work site security, or
f. Any other act determined by the COR that constitutes neglect of duties that undermine the goals of this Contract.
2. Other Prohibited Conduct.
a. Personal telephone calls, to include long distance calls including calls to 800 or 900 numbers, are prohibited.
b. Televisions, radios, or reading material may not be brought to or remain at any post.
c. Omcers shall not leave their post for any reason unless told to do so by a competent authority, ard then only if properly relieved If the scheduled reliefis late, notify a supenisor.
3. Pisorderiv Conduct.

Disorderly conduct, e g., the use of abusive or offensive language, quarreling, intimidation by words, actions, or fighting will not be condened. Alr> inc!uded is participation in disruptive activity which interferes with normal and emeient security operations.

4. Intoxicants.

The Contractor shall not allow its employees while on duty to possess, sell, consume, or be under the influence ofintoxicants, drugs or substances which produce similar effects. The COR reserves the right to order a blood or urine examination, at no expense to the Government, when there is reasonable suspicion that an employee has used or is under the influence of any intoxicants, drugs, or substances. The failure of any employee to submit to an examination shall be grounds for removal of the affected employee from the contract.

5. Consumption of Alcohol.

The consumption of alcoholic beverages while on duty or eight hours prior to entering on auty is prohibited. No security personnel shall be permitted to enter onto duty or assume a post who has consumed alcohol during said time period.

Violators of this regulation will face immediate removal from the contract. The COR reserves the right to order a blood or urine examination, at no expense to the Government, whenever there is reasonable suspicion of any employee working under this contract being under the influence of alcohol while either on, or about to enter onto duty. The failure to submit to an examination shall be grounds for the removal of the employee from the contract.

6. Relief by an intoxicated Person.

Under no circumstances are a post, a weapon, or any other equipr'ent to be turned over to any officer who is unfit for duty; under the influence of drugs or alcohol.

Any employee who has reason to believe that his/her reliefis intoxicated, shall not allow himself/herself to be relieved and shall immediately notify a supervisor or the COR, as appropriate, for guidance. Accepting relief by an individual under the influence of alcohol or drugs will be grounds for suspension and/or removal of both the person being relieved, and the relief person from the contract as determined by the Contractor or the COR.

7. Narcotics.

The use of any narcotic or controlled substance is grounds for immediate dismissal (See paragraph 8 regarding use of prescription drugs while on duty). The COR reserves the right to order an immediate drug screening (blood and/or urine) for any employee whenever reasonable suspicion exists that a narcotic or controlled substance is being used without benefit of a prescription. Failure of the employee to submit to such a test shall be grounds for removal of the employee from the centract.

8 Use of Prescription Drugs The use of prescription dmgs by any employee must be reported through the PM to the COR before assuming any Post. Failure to do so will result in suspension or removal of the offending employee, as determined by the Contractor.

9. Kev Coniol The Contractor shall receive, secure, issue and account for all keys issued for access to buildings, offices, eauipment, gates, etc. Keys shall not be duplicated without written authorization of the COR. Where it is determined that the

=

Contractor, or his employees, has accidentally or through negligence lost or duplicated a key without written permission of the COR, the indisidual responsible for the duplication shall b( suspended or terminated, as determined by the Contractor or the COR.

10. Crisjna] Actions.

In addition to adverse administrative procedures, all employees may be subject to criminal actions, as allowed by law.

These include, but are not limited to, the following:

a. Falsification or unlawful concealment, removal, mutilation, or destruction of any omeial documents or records or concealment of material facts by willful omission from o5cial documents or records.
b. Unauthorized use of Government Property, theft, vandalism, or immoral conduct.
c. Unethical er improper use of omcial authority and/or NRC credentials.
d. Security Violation as described in the Nuclear Regulatory Commission Management Directive 12.
e. Organizing or participating in gambling in any form.
f. Criminal misuse ofissued weapons or the carrying of any non issued weapons, ai defined by federal, state, or Maryland law.

C. Release ofInformation The Contractor and all employees are prohibited from releasing any information pertaining to duty assignments, work force, or any other information relative to the security at NRC facilities, to any outside organization or person, without conferring with and receiving written permission from the COR for its release. All requests for information under the Freedom ofinformation Act shall be referred to the COR.

= r6-AvM. o-i.,:-

' AlTACHMENT NO.f8 DATE _

- March 1,1996 i U.S. NUCLEAR REGULATORY COMMISSION X OWFN ARMED ,

SECURITY OFFICER POST ORDERS TWFN X UNARMED POST NUMBER TTTLE -

2 Receptionist .

TYPU OF POST coNTRAcTon '

X FIXED TRAFFIC CONTROL ROVING X ENTRANCE CONTROL United international investigative Services .

COMBINATION PATROL ,

ISSUED Sy tagnostwat AUTMED BY (Sapestr=8 N

~

POST DUTIES GENERAL:

l. This post will be conducted in accordance with the NRC contract specifications and General Orders.
2. All Security Officers will read and be funiliar with the duties of this post.
3. All orders are subject to revision under emergency conditions.

4 Security Officers must be familiar with the NRC and GSA Rules and Regulations Governing Public Buildings and Grounds.

REPORTING INCIDENTS:

1. Security Officers will immediately report all incidents to the Facilities Security Branch (FACSEC). During security hours, Security Officers will report to the FACSEC Duty Officer on 910-1820 or pager 1-800-759-7243, Pin No.1884252. For additional information and instructions contact the Contracting Officers Representative on 415-6837.

EMERGENCIES:

1. F t Emergency Instructions involving FIRES, BOMB THREATS, MEDICAL LMERGENCIES. DEMONSTRATIONS. LTITLITY EMERGENCY and the location of utility cut-offs, see General Orders.

HAZARDOUS CONDITIONS:

'l. Security Officers will immediately report all hazardous or potentially' hazardous conditions, which may lead to personal injury, death or damage to property, as indicated in General Orders.

2. . Notify FPS Record and Communications Center (RCC) on 202-708-1111 DO NOT LEAVE THIS POST UNTIL PROPERLY RELIEVED

.q- s -,+~,---,m .

. , - e --- u. ,, -e ,, , eye...- ,. o--q.s r. nw

D A TE March 1,1996 U.S. NUCLEAR REGULATORY COMMISSION- X OWFN ARMED SECURITY OFFICER POST ORDERS TWFN X UNARMED (CGNTINUED)

POST NUMBER INrTLALs 2

POST DUTIES (CONTINUED)

SPECIFICS:

Monday-Friday. Excludine Holidays Second Relief 0700 1500. Performs receptionist duties at lobby receptionist desk. Issues badges for NRC employees, visitors, contractors, construction and maintenance personnel.

Third Relief 1500 1700 Performs receptionist duties at lobby receptionist desk. Issues badges for NRC employees, visitors, contractors, construction and maintenance personnel.

SECURITY HOURS:

Monday - Friday, 1800 - 0600 hours0.00694 days <br />0.167 hours <br />9.920635e-4 weeks <br />2.283e-4 months <br /> and 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> on weekends and holidays.

9 a -v

- . ~. - ~_ .- - ,. - -- -- -. _- -

RS-AUM-96-141 ,

ATTACHMENT'NO. 9 DATE February 1,1995 U.S. NUCLEAR REGULATORY COMMISSION X OWFN X ARMED SECURITY OFFICER POST ORDERS X TWFN UNARMED ,

POST NUMBER TITLE

' Supervisor Shift Supervisor TYPF DF PORT CONTRACTOR FIXED TRAFFIC CONTROL United laternationalInvestigative Services ROVING ENTRANCE CONTROL COMBINATION PATROL tssulD BY t$ynosurro AUTHORIZlO RY ISqnaturel

~

POST DUTIES SCOPE:

Perfonn duties in accordance with instructions issued by the U.S. Nuclear Regulatory Commission and your employer.

REPORTING INCIDENTS:

Report all incidents to the Facilities Security Branch, during security hours they will be reported to the FACSEC Duty Officer on 910-1820. Report required incidents immediately to the FPS Regional Communications Center (RCC) 202-708-1111. For additional information and instructions contact the COR on 415 6837 or Assistant COR Sandra Schoenmann on 504-2210.

GENERAL:

As the Shift Supervisor assigned to this project, you are responsible for directing the functions of all subordinate Security Officers working during your tour of duty. You are expected to do the following as a minimtun:

1. Check attendance to ensure that each post is manned, as required by the contract and Secttrity Officer's Post Orders and any Special Orders -
2. Inspect all Security Officers to ensure that their uniforms are complete, clean and in good order, and determine that each Security Officer is fit to perform his/her duties.

3 Verify that all Post Orders are valid and that General and Special Orders are being followed.

4, Initiate request to the Facilities Security Branch for operating forms when you discover the supply running low.

5. Know the premises within this project and where each post is located.
6. Examine and initiate any updating of, or changes to information in the Officers Duty Book.

Request assistance from the COR or Assistant COR, when needed.

e s.

DATE February 1,1995 .

U.S. NUCLEAR REGULATORY COMMISSION x owpg x ggggg SECURITY OFFICER POST ORDERS -

1 NN UNARMED-(CONTINUED) POST NUMBER NTIAt$

Supervisor POST DUTIES (CONTINUED)

7. Receive and relay written and verbal instructions without delay.
8. Assist in correcting any problems which may arise.
9. Coordinate activities of other Security Officers when responding to emergencies.
10. Periodically check intrusion and fire alarms, and request testing if needed. Coordinate tests with the Facilities Management Branch and Facilities Security Branch, as needed/ required.

I1. Give orientation briefings and refresher training to improve job knowledge of other Security Officers as scheduled by your employer. Ensure that all Security Officers have read the Post Orders and are familiar with building admittance procedures and duties of their post.

12. Prepare and review wrinen reports, as required.
13. Ensure that all Security Officers report incidents, as required.
14. Report to the location of the fire in the event of a fire alarm.

Sunday through Saturday. Including Holidays First Relief:

2300 0700 8 Hours. Supersision at each post at each location under this contract.

Second Relief:

0700 1500 8 Hours. Supervision at each post at each location under this contract.

Third Relief:.

1500 2300 8 Hours. Supervision at each post at each location under this contract.

All Shift Supervisors will be responsible for individual shifts and guard supervision for each post at each location under this contract. This position requires the Shift Supervisor to alter his schedule ofinspection for avoiding a predictable inspection routine. The Shift Supervisor must be knowledgeable of security requirements for each location under this contract and will provide continuing on-the-job training for assigned guards to assme competency and professionalism of service. The Shift Supervisor must have a two-way radio at all times while on duty.

I t

. e-DATE February 1,1995 U.S. NUCLEAR REGULATORY COMMISSION x owFN x ARMED SECURrrY OFFICER POST ORDERS x wN UNA MED (CONTINUED) POST NUMBER INITLAts Supervisor POST DUTIES (CONTINUED)

At this project, you rnust comply with the specific tasks given below every time you enter on duty in this position:

1. Sign in on NRC Form 605 when beginning duty; you are required to be in full uniform at this time Sign out on NRC Form 605 when you leave the premises.
2. Sign for and pickup your equipment and ensure that it is complete and in good working order.
3. Review all Special Orders and Officers Duty Books. Also give special attention to any changes that might have been made.

4 Conduct an inspection of each subordinate Security Omcer on duty. Note all needed corrections, and require that remedies be made by a certain time.

In addition to items 1 through 13, in the General Duties Section, the following items are to be inspected, as a minimum.

1. Ensure that all Security Officers are correctly signing in and signing out on NRC Form 605.
2. Ensure that all Security Officers on duty have the required licenses, company identification credentials, and NRC photo identification in their possession.
3. Ensure that Security Officeu on duty have in their possession the equipment required by the Post Orders and NRC contract specifications.
4. Check the equipment inventory to be sure everything is properly issued, and confirm that all items are accounted for.
5. Ensure that you, as the contractor's representative, sign off on all Special Orders placed ,

in the Security Officer's Duty Book.

3

  • -* RS-ADM-98-141 ATTACHMENT NO. 10 From: lois Telford To FXD, MTA2 Date 11/6/97 9:39am

Subject:

Special Order:

Please have a security officer report to the garage exit on llovember 12, 1997, for temporary additional _ services,'at 6:00pm thru 10:00pm. Congresswoman Connie Morel.a will be having a meeting in the auditorium. The officer will be met by a Facilities Branch staff member for instructions and deployment.

CC: SIS l

. . - - _ ~

. - o-t t

RS-ADM-98-141 -y ATTACHMENT NO.=11-c POSITION DESCRIPTIONS AND CLASSIFICATIONS FOR UNIFORMED ARMED AND UNARMED GUARDS 1

.w v- nu ya--- w

POSITION: CLASSIFICATION.

PROJECT MANAGERo

-Najorl JOB DESCRIPTION Responsible for total. management and compliance of all requirements of this contract.

D.EEIEE Receives and executes, on behalf of the Contractor, such

. technical directions as the:COR may issue-within the terms and conditions'of the contract.

-Acts-and makes' decisions. entirely on his/her own and-is available, except while on leave, to the COR at all times while the; security: force is on duty.

Accepts notices of deductions,. inspection reports', and all other.

correspondence on behalf of the contractor.

Maintains high standards of competence through instruction, training and inspection of members of the uniformed security force as necessary.

Maintains high standards of morale for all elements of the contract.

REOUIREMENTS In addition to meeting all employtaent requirements of this

contract, meet or exceed the education and experience requirements set forth below.

Education and Experience Recuirements

-Bachelors, degree ~and ten (10) years of successful civilian or military equivalent. law enforcement experience of which.five (5) years nust be at the next

lowestclevel. Shall fully demonstrate-his/her abilities-to manage and supervise the requirements of "this= contract and have effective communications skills or; a Bachelors degree and fifteen (15) years of successful

~

security experience at the level required by this

c- .

contract, of which ten (10) years must. be in management at the level required by this contracc. Shall fully demonstrate his/her abilities to inan age and supervise the requirements of this contract and-have effective communications skills or have; successfully completed twenty (20) years of civilian or military equivalent law enforcement-at the command level. Shall fully demonstrate his/her abilities to manage and supervise the numbers of personnel required for this contract and must possess effective communications skills or; shall possess a minimum of five (5) years of security experience at the specific requirement levels of this contract and three (3) years of successful duties in a position equal to or above the requirements of this (Project Manager) position. Shall be thoroughly familiar with all policies, procedures and directives affecting this contract.

. . . . ~ . , _ _ _ ,__

4

.; -e J;

h I

POSITION CLASSIFICATION ASSISTANT PROJECT MANAGER Captain JOB DESCRIPTION Manages operational security force programs to provide a daily. -

deterrent against unauthorized, illegal, or potentially life-threateninggactivities-directed toward NRC employees, visitors, information, programs and property.

LDUTIES In the absence of the Project Manager assumes all the authority, duties, and responsibilities of the Project Manager.

Administers internal control programs, as designated by the Project Manager, to facilitate the operational or administrative requirements of the contract.

Responsible for administering the requirements of the Industrial Security Manual.

Receives and exe. cas, on behalf of the Project Manager, such technical directico 's the COR may issue within the terms and

-conditions of the contract.

, -Maintains high standards of competence through such instruction and training for the uniformed security force as directed by the Project Manager and terms of this contract  :

Provides direct supervision to the next level below his/her position.

REOUIREMENT In addition to meeting all. levels of employment requirements below-this position, the Assistant Project Manager chall meet or

, exceed'the education and-experience requirements set forth below.

Education and Experience Recuirements.

Bachelors degree and eight (8) years of successful civilian or military' equivalent law enforcement experience, of which three (3) years must be at a level of leadership commensurate with the next lower

--e- , 3 . - - -- s., ,_c -.m.-. --,-%,.,- , yi

.5=

i

- 1

- position. Shall1 possess the management skillsito effectivelyioversee the requirements of.this contract  ;

and have effective communications skills or; I a Bachelors degree and ten (10) years'of successful -I security-_ experience-at'the-level required by this-contract, of which ~ five :- (5) years mus' be in management -

, at the level required by this contract. Shall~ possess management skills-to effectively oversee the '

- requirements of-this contract and-have effective

- communications' skills or; an Associate Degr( e and fif teen - (15) years of1 successful civilian or military law enforcement _

experience,-applicable to this contract-of which ten (10)-years were in supervision. Must have effective  ;

communication skills or; ,

successfully completed twenty (20) years of civilian or military equivalent law enforcement, of which-10 years was at a level of leadership / supervision. Shall '

- possess;the management skills to effectivelyJoversee a

- command-equal in size as required for this contract and must possess effective communications skills or; shall possess a minimum of-five (5) years _of security

- experience at the specific requirement levels of this contract and three (3) years of successful duties in a position equal to or above the requirements of this (Deputy Project Manager) position. Shall be thoroughly t

familiar with all policies, procedures and directives affecting this contract, E

N a _ _

w w w-w-' -

r ..rmr* , er-e-,, ,r-:+e rw*'* --e. - ---rv- -ab++- ---n s m r-c-e- E- - . - + - v*mr - er rtv---r--

r a

,t POSITION CLAdSIFICATION~

~

SHIFT SUPERVISOR E!

JOB DESCRIPTION Protect and enforce = rules and regulations at.NRC-controlled.

facilities. The - Supervisor is responsible . for the supervision _ of:

all security activities.in and around-NRC-cont:%11ed facilities.

RUTIES fon special1 assignments,-perform such duties!as are-assigned them Lby the direction ~of the Project Manager or others'in-authority, i Ensure that assigned officers are in-possession of all correct passwords,_ badges, and/or codes needed for NRC buildings.

Visit and: inspect each fixed patrol post at least once per shift, and carefully note'and take measures to correct any violations of the contract requirements and;other_ appropriate regulations:

-observed byithem.

Visit members assigned to Roving Patrol Posts as often as '

practicable, and take appropriate stcps to correct any deficiencies observed.

Attend roll call and personally inspect or cause to be inspected

all: subordinate persannel prior to their going on duty.

Permit no member to go on duty whose uniform and equipment is not in accordance with the contract requirements or who presents an unclean-or untidy appearance.

-Examine and approve all Event Reports for accuracy, neatness, and truth of their-contents-before the Event Report is listed in the 24-hour Operations 1 Log.

_ Ensure that the contract requirements governing _the security-

. guard force are-observed and enforced and that discipline is maintained.

, LEnsure-that all1 post assignments for the tour of duty are completed, or properly transferred or suspended, before being relieved-of' duty.

  1. Advise the Project Manager or Assistant Project Manager, as appropriate, concerning all matters of importance and apprise him/heriof conditions of the security guard force.

-x 5

% 4 4 - a v e , -

5 4 .

i 1

l

= Review:and' forward'to the. Project Manager or' Assistant 1 Project _  :

Manager,Jas-appropriate, all.special reports"and requests submitted-by the: security officers.

.As;a-minimum of at least once:each week thoroughly _ inspect, l'

-revolvers-in usesby'the security officers to ensure they are being properly-cared for; Uponl learning that:anLon duty security officer has'been injured; or cannot--continue duties because of. illness or cannot perform

duty (because of.a disability promptly investigate the - _

-circumstances surrounding the condition and ensure that-the  ;

position'is1 appropriately replaced.  ;
Ensure.that.. clearance procedures are adhered to byJsecurity officers separating from the NRC contract and that at the
expiration of a security officer's last day that.his-identification-card, badge, et c . ., are surrendered.

Be held strictly-accountable for adherence on the part of subordinates in the-receiving and accounting for lost and found property coming into the possession of the. security _ guard force.

Forward;to the Project' Manager or. Assistant Project Manager, as appropriate, reports required by orders showing the operation of Lthe force.

Review and approve reports for neatness and accuracy and ensure i that'all necessary1 reports are properly transmitted to Freject -

Manager or Assistant Project Manager, as appropriate, and bring

-to1his/her attention the details of any significant or unusual event..

Ensure that all general-or special orders, circulars, and training bulletins-pertaining to the work of the force are read at all roll calls and posted on a bulletin board for that purpose.

Investigate all complaints concerning the conduct of.subordina es and process such complaints according to policies;and procedures.

-Provides all administrative support to include written instructions and tracking all tasks and associaced paperwork.

Review and1 forward to the Project Manager'or Assistant Project Manager,as appropriate,-all.special-reports and requests .

submitted by the security guard force.

L _ Assist the Project 1 Manager,.as'needed.

^

L p

L -. _ -.

. . .- _ -~

., o .-

Ensure timely and accurate completion of NRC Formc 135.

Ensures that all personnel maintain exceptional grooming and appearance standard as specified in the contract standards.

Assists in the control and training of all personnel ~.

REOUIREMENTS The shift supervisor shall meet or exceed the education and experience requiremLnts set forth below.

1. Education and Experience Recuirements Associate Degree from an accredited college or university and three (3) years prior civil service or military equivalent law enforcement experience or:

successfully completed twenty (20) years of civilian or military equivalent law enforcement experience, of which five (5) years must be in management and successfully demonstrate his/her abilities to manage and supervise the numbers of personnel required for this contract and must possess effective communications skills or; five (5) years of successful security-related experience which meets or exceeds the requirements of this contract and a minimum of two (2) years supervisory experience. Shall possess an effective working knowledge of all polices, procedures, and directiver affecting this contract. Must possess effective management and communication skills.

l

- . .v, . . . . . - .

l* ..*

,o 1

POSITION CLASSIFICATIOW..  ;

u m m_ m to m m u ur a m ._o n z a l

-J

-l JOB DESCRIPTION I 1

Protect and enforce rules and regulations at' Nuclear Regulatory l Commission (NRC) facilities and perform tasks as outlined in this '

contract. The Security-officer is posted at_or patrols'specified areas-to prevent unauthorized access, protect life and property, maintain order, and deter criminal activity, in and around all  ;

NRC-controlled 1 facilities as described in General,-Post, and Special Orders.

i DUTIES.

The following duties will be performed:

1. Provide emergency response to situations such as security-alerts, civil disturbances, suspected or actual-criminal violations, bomb threats and/or other life-threatening situations.
2. Provide facility patrols for security, fire, and safety as described in General Orders.
3. Perform package and vehicle inspection as described in General Orders.
4. Receive,. issue, and/or account for all keys to NRC buildings, offices, gates, etc.
5. Monitor and operate building security, detection, fire, and other protection systems.
6. Observe building occupants and visitors for compliance with rules and regulations.
7. Discover, prevent, and detain, when authorized by law, persons attempting or having gained unauthorized access to NRC' controlled property.
8. Report potentially hazardous conditions and. items in need of repair, to include, but not limited to,-

. inoperative lights, leaky faucets, toilet stoppages, and broken or slippery floor surfacec, etc, and prepare necessary reports.

l l

i

9. Summon professional assistance and render First Responder First Aid to individuals who become injured or ill while in buildings or on property under the control of the NRC.
10. Maintain a 24-hour duty log of all unusual activity, incidents, or anything that requires action. 2 vent or Offense Reports shall be prepared on accidents, injures, fires, bomb threats, unusual incidents, unlawful acts, and security violations. He/she shall prepare other reports required by the COR in order to carry out the mission of security, and safety. Copies of these reports shall be distributed in accorcance with General and Post Orders
11. Perform such other functions as may be directed.

competent authority.

12. Maintain a professional image in accordance with written policy and guidance.
13. Know, understand end comply with all General, Post and Special Orders.
14. Prepare all NRC Forms 135 and individual inventory reports.
15. Precess visitors into NRC facilities.

REOUIREMENTS All Armed Security Officer candidat'es shall meet or exceed one or more of the following requirements:

1. Possess a Bachelor degree from an accredited school of learning and have the knowledge, skill, and abilities for employment under this contract;
2. possess an Associate degree in criminal justice (or 60 credit hours with 27 hours3.125e-4 days <br />0.0075 hours <br />4.464286e-5 weeks <br />1.02735e-5 months <br /> in the core curriculum) from an accredited school of learning, have been employed in the field of criminal justice during the past year, and have the knowledge, skill, and abilities for employment under this contract.
3. be a graduate of a certified Federal, State, or local law enforcement training academy; a military police

school, Marine security Guard: School or its equivalent as approved by the COR;

4. -have a minimum of 3 years of security experience, similar to the requirements contained in this_ contract, within the last 4-years;
5. have a minimum of 6 months of continuous, successful employment as a security officer. In addition, all security officers shall be required to successfully complete the required training programs prior to assignment at no additional expense to the Government.

+  ;

'* 35 j

7

.e.- [

a i

' POSITION CLASSIFICATION-mmumamtasanmumm JOB DESCRIPTION

Protect and enforce _ rules and. regulations at Nuclear Regulatory  ;

Commission ' (NRC) facilities. On an assigned, shift monitor and operate.the Nuclear Regulatory Commission security systems and-support administrative functions as~ required.

-DUTIES-

-Monitors al11 security-systems, (closed circuit television 1CCTV)~

system,7eard access system, fire-alarm system, alarm _

4 intrusion / detection system)1in the Central-Alarm Station.

F Interact-on a highly professional level with other security personnel associated with the operation and management of the_ -'

central security' systems monitoring: station.

Submit oral and: written reports to supervisory personnel as required.

REOUIREMENTS Excellent broad based working knowledgeLof basic operating principles necessary for successful-operation-and management of state-of-the-art communications, security, fire, safety.

monitoring station.

1 Demonstrated experience w.1 expertise in1the following areas:

Monitoring, evaluating, and taking proper-action with respect to-suspicious activities observed on CCTV.

Operating CCTV and mounted intercoms.

4 Operating standard radio and telephone equipment and keeping-records of= security personnel, Coordinating and directing: appropriate security officers to _

respond to security: incidents and notify appropriate-authorities.

Monitoring alarm points using specialized-video display terminals

-and; customized system software.

4 .

I

-- . .- w . -. - , , - .- . - . . . . _ . . - - - -.

Processing.an alarm condition, to include calling up on the computer screen an-exact graphic representation of the building where alarm sounded, showing 1 floor plan with door location and position of door relative to hallways, and stairwells, etc.

Demonstrate the ability to maintain poise and self-control under stress.

Be in good physical health and able to pass all required medical examinations contained in this contract.

Qualify for any license or permit as may be required by local jurisdictions within the contract area.

Be able to successfully complete a security background investigation _and obtain and maintain a Security Clearance at the levels described in this contract.

Meet all other requirements contained in this contract.

EXPERIENCE Must meet the basic requirements of a Security Officer and in addition must have sufficient training and experience of to have gained the technical knowledge, skills, and abilities to perform the duties of the position.

i c;:EE %7 Y

' POSITION: CLASSIFICATION ~

1 UNARMED UNIFORMED SECURITY OFFICER -

JOB DESCRIPTION ,

Protect-and enforce rules ~and regulations.atl Nuclear Regulatory Commission - (NRC) f acilities. The unarmed security; guard is .i normally posted at specified areas to preventLunauthorized access to'NRC-controlled facilities.-

2 DUTIES-The following; duties shall be performed:

1. Control access to the buildings in-accordance with' General, Post, and Special Orders.

2.. LInterface with visitors,-guests, and NRC employees and provide proper instructions to gain access into NRC-controlled buildings.

3.  ; Perform package and vehicle inspection.
4. Receive, issue, and account for all keys to NRC buildings, offices, gates, etc., assigned to his/her post.
5. Monitor and operate building security and fire e.larm other protection systems.
6. Observe building occupants and visitors for compliance-with NRC rules and regulations.
7. Summon professional assistance and provide First '

Responder First Aid, when required, for individuals who -

become injured or ill.while in buildings or on property under the control of the NRC.
8. -Maintain-a 24-hour, duty log of all unusual activity, incidents, or-anything that requires action by the security force.. Event or-Offense Reports.shall be-prepared on accidents, injures, fires, bomb threats, unusual incidents, unlawful acts, security violations, or-any_other reports required by the COR in order to carry. out1 tl:e mission of security, and safety. Copies

.of these reports-shall be distributed in accordance with General and Post Orders.

a:

-, - , . __, - - ~ . . , ., . . . . - _ s ._m .- . . , . . , - - - - , , , ,

ej Y r

,e r C

9.- . Perform such other functions;as.may'be~ directed ~

-competent authority.-

~ -

10, iKnows und'erstand, and comply-with al1, General, Post, and-Special Orders.

11.. Prepare ~ all NRC -Forms 135-. and individua'l inventory reports.

12. Process? visitors into NRC facilities.

REOUIREMENTS' l'. Be at least 21-years of age.

2. 'Have U.S. citizenship.

-3G -Possecs-a-high-school education or equivalent.

4 c- 'Can deal tactfully and politely with the general ,

public.

5. Demonstrate.the ability.to read and understand English:

.so as to effectively carry out printed. rules, detailed orders, instructions, and training material.

6. ' Demonstrate the ability to compose succinct, short written reports in the English language as required.

'7. Pessess an adequate command of both the written and spoken English language to-properly communicate with i coworkers-and the general public.

8. Have a valid driver's license and operate a motor vehicle Lif: required to perform driving duties under this contract.
9. Demonstrate the ability to maintain poise and self-

-control under stress,

10. .Be-in good physica] uealth and able to pass all required _ medical examinations contained in this

- contract .-

'11 .

-Qualify for any license or permit as may be required by local jurisdictions within the contract area.

  • J r.%

y- -ww. - ,., aw ,,,--,e ,w,r-rww., y v. . , , - + w- r- a-o- - is - ,.---,-w v v e -,:. .,c -ne.-- e

  • o t

12 Success. fully under go a security background investigation and obtain and maintain a security

+

clearance at the levels described in this contract.

13. Meet all other requirements contained in this contract.

EXPERIENCE t i

Must have received an honorable discharge from a U.S. military .

service with at least 3 years of service. Discharge must be  :

within 5-years of application. Must display a satisfactory employment hiatory in similar work as required by this contract, ort possess an Associate degree and display a good employment history  !

in similar work as required by this contract, or; one (1) year work experience where interaction with the public is a fundamental aspect of the job, and a good employment history.

t n

9 Y

k 9

b l

4 h

- ,, , ,, , . , , ,,----..n.--,,..w..--,,.-- ,,,,,._,,-.,..n,,..,-w.n--n,,.,-_,.w.,, ,- ~

r F

RS ADht 98141 ATTACHhfENT NO.12 1

l LOCATIONS AND TYPES OF POSTS h

I

. .. n l

l 1

i EXillHIT 1 PRODUCTIVE SUPERVISORY llOUR REQUIREMENTS Posts liours Location l'acility: White Flint Complex and Warehouse i

Address: 11545 and i1555 Rockville Pike, Rockville, MD 20852 2738, and 5000 Boiling Brook Pkwy.,

Rockville, MD 20852 I!ncription/ Location / Clearance Iout ligun Days Project Manager (PM) 0800 1600 8 5 M F Ex.1101.

(or as directed)

COMMENTS: PM's office is located in the NRC OWFN building.

PM must have "Q" security clearance prior to assigmuent.

This post may wear civilian attire, however, a uniform and weapon must be available on site.

CLEARANCE REQUIRED: "Q" DUTIES: Provides management for entire contract as required by contract; General, Post, and Special Orders; and COR memoranda.

HREAK PROCEDURES: Self reliefin accordance with the contract.

6 0 EXIIIHIT 2 PRODUCTIVE SUPERVISORY llOUR REQUIREMENTS Posts Hours-Location Facility: White Flint Complex and Warehouse Address: 11545 and 11555 Rockville Pike. Rockville, MD 20852 2738, and 5000 Boiling Brook Pkwy.,

Rockville, MD 20852 lhMIjpjlos/ Location / Clearance Tour liourf llan Assistant Project Manager (APM) 0800 1600 8 5 M F Ex. Hol.

(or as directed)

COMMENTS: APM's office located in the NRC OWFN building. APM must have "Q" security clearance prior to assignment.

This is an armed position liard Uniforn..

CLEARANCE REQUIRED: "Q" DUTIES: Reports to the Project Manager. Responsible to ensure all requirements of the contract; General, Post and Special Orders; and COR memoranda are carried out. Acts as the Project Manager in his/her absense.

HREAK PROCEDURES: Self relief in accordance with the contract.

0 O i

i EXillHIT 3 i

PRODUCTIVE SUPERVISORY llOUR REQUIREMENTS Posts-liours Location ,

Fccility: White Flint Complex and Warehouse Address: 11545 and 11555 Rockville Pike, Rockville, MD 20852-2738, and 5000 Boiling Brook Pkwy.,

Rockville, MD 20852 J)escriptjnp/ Location / Clearance Iqu.I Ilours Jlan Shift Supervisor -

0001 2400 24 7 days COMMENTS: Office is located in the NRC OWFN building. Shift supervisor must have "Q" security clearance prior to assignment This is an armed position. liard uniform CLEARANCE REQUIRED: "Q" DUTIES: Responsible for coordination of all operational security requirements as required by the contract, and by General, Post, and Special Orders.

This includes supervisory responsibilities of Central Alarm Station (CAS); preparation of 24 hour2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> duty log for all posts on the contract; monitoring and proper response to security and fire alarms; radio and telephone communications; and other related duties.

HREAK PROCEDURES: Self reliefin accordance with the contract.

I . .

EXHIHIT 4 PRODUCTIVE MAN HOUR REQUIREMENTS j Posts Hours-Location Facility: White Flint Complex Addres:: 11555 Rockville Pike, Rockville, MD 20852 2738 Post No. Location /Descrintion Istyr Hours Days 1 OWFN 0600 2100 15 5MF Lobby Kiosk 0600-1800 12 SSil COMMENTS: Guard applicants must have submitted NRC security forms packet, be approved by COR, granted interim grsonnel security approval, and issued an NRC photo-identification badge / key card prior to assignment.

This is an unarmed position. Soft uniform.

CLEARANCE REQUIRED: "L" DUTIES: As required by contract, and by General, Post, and Special Orders.

HREAK PROCEDURES: Provided by the contractor in accordance with the contract.

[

i EXHIHIT 5 l L

PRODUCTIVE MAN HOUR REQUIRE 31ENTS Posts liours Location Fccility: White Flint Complex Address: 11555 Rockville Pike, Rockville, MD 20852 2738 Post No. Location / Description Tour Hours Ibtu 2 OWFN Receptionist 0700 1700 10 5MF COMMENTS: Guard applicants must have submitted NRC security forms packet, be approved by COR, granted interim personnel security approval, and issued an NRC photo identification badge / key card prior to assignment. ,

This is an unarmed position. Sofl uniform with scarf.

CLEARANCE REQUIRED: "L" DUTIES: As required by contract and by General, Post, and Special Orders.

HREAK PROCEDURES: Provided by the contractor in accordance with the contract. ,

- u ..,,r -r-9y- - - - - -

_ _. _ ._ - - -. - - ~ _

EXHIHIT 6 PRODUCTIVE MAN HOUR REQUIREMENTS Posts liours Location Fccility: White Flint Complex Address: 11555 Rockville Pike, Rockville, MD 20852-2738 Post No, Location / Description Tour liours Days -

3 Central Alann Station 0001-2400 24 7 days COMMENTS: Guard applicants must have submitted NRC security forms packet, be approved by COR, granted interim personnel security approval, and issued an NRC photo identification badge / key card prior to assignment.

This is an unarmed post. Soft uniform, CLEARANCE REQUIRED: "L" DUTIES: As required by contract and by General, Post and Special Orders.

Duties include, but are not limited to, security and fire alarm monitoring, radio and telephone dispatch duties, and preparation of 24 hour2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> duty log.

HREAK PROCEDURES: Provided by the contractor in accordance with the contract.

- . . , _ , . - , . , _ , ,--...._--w o..._. , y.-, . , _ _ . , - , , , - , - - . _ , , - , - - - - - - , -

1 l

EXIIIHIT 7 PRODUCTIVE MAN IIOUR REQUIREMENTS Posts liours-Location Facility: White Flint Complex and Warehouse Address: 11545 and 11555 Rockville Pike, Rockville, MD 20S$2 2738, and 5000 Boilh:s Brook Pkwy.,

Rockville, MD 20852 Post No. I,ocation/ Description Tear flours Days 4 Rover - OWFN & TWFN 0001-2400 24 7 days Warehouse COMMENTS: Guard applicants must have submitted NRC security forms packet, be approved by COR, granted an "L" security clearance and issued an NRC photo identification badge / key card prior to assignment.

This is an armed post. Hard uniform.

- CLEARANCE REQUIRED: "L" DUTIES: As required by contract and by General, Post and Special Orders.

HREAD PROCEDURES: Self relieved in accordance with the contract.

O o EXillHIT 8 PRODUCTIVE MAN IIOUR REQUIREMENTS Posts Hours-Location Facility: White Flint Complex i Address: 11555 Rockville Pike, Rockville, MD 20852-2738 l'est .No. Location / Description Tour ifours llen 5 OWFN Loading Dock 0600 2300 17 5MF 0600-1800 12 1 Sat COMMENTS: Guard applicants must have submitted NRC security forms packet, be approved by COR, granted interim personnel security approval, and ,

issued an NRC photo identification b-dge/ key card prior to assigiunent.

This post is unarmed.

CLEARANCE REQUIRED: "L" DUTIES: As required by Contract and by General, Post and Special Orders.

HREAK PROCEDURES: Provided by the Ccattactor in accordance with the Contract.

y , y -

- w wr- , , - - - - - -

t EXillHIT 9 PRODUCTIVE MAN llOUR REQUIREMENTS 7 Posts-liours Location Facility: White Flint Complex and Warehouse

- Address: 11545 and 11555 Rockville Pike, Rockville, MD 20852 2738, and 5000 Boiling Brook Pkwy.,

Rockville, MD 20852 l'ostNo. Location / Description Tour flours i thn 6 Rover OWFN & TWFN 0001 2400 24- 7 COMMENTS: Guard applicants must have submitted NRC security forms packet, be approved by COR, granted an "L" security clearance and issued an NRC photo-identification badge / key card prior to assignment.

This is an armed post. Hard uniform.

CLEARANCE REQUIRED: "L" DUTIES: As required by contract and by General, Post and Special Orders.

HREAK PROCEDURES: Self relieved in accordance with the contract.

,,> ,-w- y , _ gy-. , - + 3 7

EXIIIBIT 10 ,

PRODUCTIVE MAN liOUR REQUIREMENTS Posts liours Locationi Facility: White Flint Complex Address: 11555 Rockville Pike, Rockville, MD 20852 2738 Post No. lecat'on/ Description Tour flours Days 7 OWFN Garage Entrance 0001 2400 24 7 days COMMENTS: Guard applicants must have submitted NRC security forms packet, be approved by COR, granteo an "L" security clearance and issued an NRC photo identification badge / key cxd prior to assignment.

This post is armed. liard uniform.

' CLEARANCE REQUIRED: "L" DUTIES: As required by contract and by General, Post and Special Orders and Circulars.

HREAK PROCEDURES: Provided by the contractor in accordance with the contract.

t

--- , u, -

r , -r

EXillillT 11 PRODUCTIVE MAN llOUR REQUIREMENTS Posts Ilours 1.ocation Fccility: White Flint Complex and Warehouse Address: 11545 and 11555 Rockville Pike, Rockville, MD 20852-2738, and 5000 Boiling Brook Pkwy.,

Rockville, MD 20852 Post No. I,0 cation /Descrintian Tour flours Dan 8 Rover OWFN & TWFN 0600 1800 12 5MF Garage OWFN & Warehouse COMMENTS: Guard applicants must have submitted NRC security forms packet, be approved by COR, granted an "L" security clearance and issued an NRC

. photo identification badge / key card prior to assignment.

This is an armed post, liard uniform.

CLEAllANCE REQUIRED: "L" DUTIES: As required by Contract and by General, Post and Special Orders.

IIREAK PROCEDURES: Self relieved in accordance with the contract.

t i

I EXillHIT 12 PRODUCTIVE MAN llOUR REQUIREMENTS ,

Posts liours-Location -

Fceility: White Flint Complex Address: 11545 Rockville Pike, Rockville, MD 20852 2738 l'm W m Loestion/ Description Tour Hitun Dan 9 TWFN 0600 2100 15 5MF Lobby Kiosk 0600 1800 12 2 SSli COMMENTS: Guard applicants must have submitted NRC security fbrms packet, be approved by COR, granted interim personnel security approval, and issued an NRC photo identification badge / key card prior to assignment.

This is an unarmed position. Soft uniform.

CLEARANCE REQUIRED: "L" DUTIES: As required by contract and by General, Post, and Special Orders.

HREAK PROCEDURES: Provided by the contractor in accordance with the contract.

I EXillHIT 13 PRODUCTIVE MAN llOUR REQUIREMENTS ,

l Posts Hours-Location t

Facility: White Flint Complex Address: 11545 Rockville Pike, Rockville, MD 20852-2738 r t

Post No. Location / Description Int flours pays 10 TWFN. Receptionist 0700-1700 10 5MF COMMENTS: Guard applicants must have submitted NRC security forms packet, be approved by COR, granted interim personnel security approval, and issued an NRC photo-identification badge / key card prior to assignment.

This is an unarmed position. Soft uniform with scarf.

CLEARANCE REQUIRED: "L"

' DUTIES: As required by contract and by General, Post, and Special Orders.

HREAK PROCEDURES: Provided by the contractor in accordance with the contract.

w y e- -+e p + -* -. p

.. - _ = _ . . .. __ -

EXillHIT 14 PRODUCTIVE MAN llOUR REQUIREMENTS Posts liours Location Facility: White Flint Complex Address: 11545 and 11555 Rockville Pike, Rockville MD 20852 2738 Post No. L9 cation / Description Istul flours Days 11 TWFN Garage Exit 0600 2000 14 5 M F Ex.

1101, t COMMENTS: Guard applicants must have submitted NRC security forms packet, be approved by COR, granted interim personnel security approval, and ,

issued an NRC photo identification badge / key card prior to assignment.

This is an unarmed position. Soft uniform.

CLEARANCE REQUIRED: "L" DUTIES: As required by contract and by General, Post, and Special Orders.

HREAK PROCEDURES: Provided by the contractor in accordance with the contract.

. . 1 l

l i

EXHIHIT 15 PRODUCTIVE MAN HOUR REQUIREMENTS Posts Hours Location Facility: White Flint Coraplex and Warehouse Address: 11545 and 11555 Rockville Pike, Rockville, MD 20852 2738, and 5000 Dolling Brook Pkwy.,

Rockville, MD 20852 P

Pmt No. l.ocation/Docriptio_tt Tour Hours llaxa 12 Rover OWFN & TWFN 0001 2400 24 7 days Warehouse COMMENTS: Guard applicants must have submitted NRC security forms packet, be approved by COR, granted an "L" security clearance and issued an NRC photo identification badge / key card prior to assignment.

This is an armed post. Hard uniform.

CLEARANCE REQUIRED: "L" DUTIES: As required by contract and by General, Post and Special Orders.

HREAK PROCEDURES: Self relief in accordance wit 1. the contract.

i i

EXillHIT 16 PRODUCTIVE MAN llOUR REQUIREMENTS Posts liours Location i

Facility: White Flint Complex l

Addresst 11545 and 11555 Rockville Pike. Rockville, MD 20852-2738 MISih Location /Dg}crinflon Tour Hours 1)na i 13 TWFN 0600-1800 12 5MF Ex 1101 Loading Dock COMMENTS: Guard applicants must have submitted NRC security forms packet, be approved by COR, granted interim personnel security approval, and issued an NRC photo identification badge / key card prior to assignment.

This is an unarmed position. Soft uniform.

CLEARANCE REQUIRED: "L" DUTIES: As required by contract and by General, i'ost, and Special Orders.

HREAK PROCEDURES: Provided by the contractor in accordance with the contract.

. - - m ._

.cy. --<n-..w... ,y -. - - - . - , . ,,. .,

1 p .  ;

i RS ADM 98141 l

ATTACllMENT NO.13 j l

" UNIFORM SpFCIFICATIONS i y

I Uniforms ,

Uniform type and the wearing of same shall conform to standards and  ;

usage prescribed by the Contacting Of6cer's Representative. The-atoposed uniform will be submitted for approval prior to the start of the cv.llract. f The color of the proposed contractor's guard force uniforms shall be a j color in general use by large guard or onlice organizations. All employees performing under this comract shall wear the same color and style of unifonn. Appropriately styled feminine uniforms shall be worn y by female members of the guard force. Receptionist security of6cers l will wear a scarf.

(1) Appropriate lettered breast and cap badges, indicating the .

Jurisdiction from which police authority is obtained, shall  !

be worn as pan of the uniform (provided such authority is grantable under State and Local laws).( Shoulder patches lettered to indicate the identity of the contractor i shall be worn n the left shaulder of the uniform jacket and shirt. identincation name tag shall be worn over the right breast shirt picket (see paragraph 3 below). No other identincation of the contractor or employee shall be worn or displayed on the uniform.  ;

i (3) The Contractor shall, prior to the contract performance i date, submit to the Contracting Officer's Representative ,

documentation that the following items of uniform and equipment have been issued to each employee. The contractor shall issue a sufficient quantity of uniform items to ensure that each guard is in proper uniform  !

while on post. Any disputes regarding application of the standards shall be referred to the Contracting Of6cer.

i l

i

._ __ -._--__._.._.-_.._-,.._,.-m.,. . . . , _ . _ , _ , . . _ . _ _ _ _ . . - . _ _ , - _ , _ _ , . . _ . , . _ .

. o t

ITEM AMOUNT i Shirt, Long Sleeve f 3

Shirt, Short Sleeve 3 j

Trouser, all season weight 2 Necktie 2 Scarf (Receptionist Only) 2 Frame style cap w/ seasonal covers 1 and chin straps Jacket, winter, patrol type (Reefer style) 1 Jacket, light weight 1 Gloves (pair) (when applicable) (color to 1 match accessories)

Pistol belt . standard uniform garrison type 1 (13/4' width) (For all personnel, armed or unanned) lloister, firearm (slide on belt type) I w/hanuner safety strap lefVright as required (armed posts only)

Keeper straps (garrison belt accessories) 4 Cartridge case, hand load (anned posts only) I llandcuffs (pair) with handcuff case and key 1 Rey strap w/ flap i Flashlight,2 D Cell (for interior posts) 1 Flashlight,4 D Cell (for exterior posts) >

(in either case, all flashlights must be similar in material and color, black plastic or metal)

Flashlight holder (snap away) (D Cell) 1 ,

Radio Case 1 ,

i insignia, shoulder patch (each shirt and 7 Jacket)

Whistle (thunder type) w/ chain attachment 1 (metal) (when applicable) hietal cap ornament 1 (Silver color non supervisory)

' Gold color supervisory)

Nameplate,3 %" X 3/4" (hfaximum lettering: 1 initials and last name). Black / Blue %" lettering on Gold hietal.

Rain Gear White Gloves (for garage exit post use in hours of darkness)

(4) Long sleeve shirts will be required beginning October 1 and short sleeves beginning hiay 1. The unifonn shall only be worn when the officer is on official duty or when the officer is in transit between his place of residence and duty station.  :

(5) Shoes shall be low quarter or high topped, lace type with police or plain toe and standard heel. The color of the shoe shall match the color ofleather equipment accessories. Any deviation from the above requirements must be approved by medical authorities.

(6) Uniform accessories and equipment and the wearing of same shall conform to standards and usage prescribed and in effect for General Senices Administration Federal Protection Officers (Unifonned Force Operations llandbook, PBS P 5030.17, Chapter 12, or the Contract Guard Information hLiual). T1.e color of uniform accessories and equipment shall be standard black or brown, as may be appropriate to match the uniform.

All guards shall wear the same color and style or type of uniform accessories and equipment (c) Supplementary Eauioment:

Each guard on duty shall be equipped with supplementary equipment including, but not limited to, retebooks, pens, pencils, replacement flashlight batteries and bulbs, traffic control safety apparel (reflective vests, gloves, traffic batons, etc.), police baton, and inclement weather clothing (raincoats, cap covers, overcoats, overshoes, mittens, etc.), as

- appropriate to operations. Guards shall not be permitted to provide

. c themselves with any unauthorized supplemental or personal equipment, such as chemical agent devices, concealed firearms, knives, "come-alongs", or other such nonstandard items.

The contractor shall provide and maintain, on site, an adequate supply of batteries for all flashlights, and traffic control batons, and hand batons.

Inclement weather clothing shall be required for those guards required to perform duties while exposed to cold, rain, and other inclement  ;

weather conditions. All inclement weather clothing must be identical in  !

style and color for each guard.  !

Police batons (nightstick with holders) and pepper spray shall be made available to guards on duty, as appropriate to operations. The Contracting Officer's Representative shall approve the storage on site of-any or all police batons, as may be required.

s

- . . --ww-w- r- ---g-+ #w yw.- , - - - - - -r-, m- - m---,- .e -%- ---,---.-- .y, + . em

RS ADhi 98141 ATTAC11 MENT NO.14 l CUSTODY AND MAINTENANCE OF GOVERNMENT PROPERTY AND GOVERNMENT FURNISilED EOUIPMENT (GFE)

L AND CONTRACTOR PROVIDED PROPERTY AND EOUIPMENT

+-

Eauipment. and Materials.

A. Use. Accountability and Care of Government Furnished Pronerty.

(1) ltems to be furnished by the Government.

The following supplies, materials and equipment will be furnished by the Government:

(a) Electrical and mechanical equipment where installed, such as alarm and surveillance systems, communications equipment, closed circuit televisions, including written operating procedures and instructions.

Complete and current inventories of equipment will be maintained by the Contracting Officer's Representative.

(b) Repair and maintenance of equipment in paragraph A (1)(a) above.

(c) Security Officei's Book including all inserted information required. The Contracting Offker's Representative will provide all initial information and changes. The contractor will be responsible for posting the changes in the Security Officer's Book.

(d) Telephones deemed necessary by the Government for the conduct of official Government business under this contract.

(c) Guard office, locker space, locker and office equipment, excluding office machines (as deemed necessary by the Government).

(1) All administrative forms prescribed for use by contractor employees while on duty may be obtained by contacting the Contracting Officer's Representative.

(g) Classroom for on site training of personnel employed by the contractor, for the purpose of their understanding and operating all fire alarm systems, security systems, or devices and emergency operations procedures (emergency operating procedures in Section 4 of the Security Officer's Book).

(h) Building utilities and services will be afforded the contractor in accordance with established operational procedures. This includes the use of concession facilities, when open, restrooms and the use of medical facilities when available for emergency purposes.

(i) Permission to visit the site for pensennel employed by the contractor before the start of performance under this contract for the purpose of their understanding and operating all fire alann systems, security systems, or devices and emergency operating procedures in Section 4 of the Security Officer's Book and understanding and operating all fire alarm systems and security systems or devices.

(j) Access to the Agency's (NRC's) of0cc supply room.

(k) The use of two parking spaces in the One White Flint North Garage.

(1) Use of Government vehicles for patrol and transportation of classified destruction.

(2) Accountability for Government Prooerty.

All property furnished by the Government under this contract shall rt:nain the property of the Government. Upon termination of the contract, the contractor shall render an accounting of all such property which has come into his possession under this contract.

All equipment issued by the Government to the contractor will be maintained on an inventory or other similar issue document. Any property furnished by the Government to fulfill contracted requirements which is lost or damaged resulting from improper use or negligence by the contractor's employees, shall be repaired or replaced by the Governrnent and the cost of such repairs or replacement shall be deducted from the contractor's invoice.

(3) Use of Government Property.

Government property (to include telephones) shall be used for official Government business only in the performance of this contract. Government property will not be used in any manner for any personal advantage, business gain, or other personal endeavor by the contractor or the contractor's employees.

(4) Safecuardine Government Prooerty.

he contractor shall take all reasonable precautions, as directed by the Government, or in the absence of such direction, or in e cordance with sound industrial practices, to safeguard and protect Government property.

(5) Malfunctionine of Government Prooerty, The contractor shall be responsible for reporting to the Contracting Officer's Representative the malfunctioning of any Government equipment used by the contractor or the contractor's employees.

11. Items to be Fumished by the Contractor.

- The Contractor shall furnish and maintain in acceptable condition, at no cost to <

contract guard employees, all items of uniform and equipment necessary to perform work required by the contract, as discussed in this section. For uniform specifications, ,

see Attachment Nu.13.  :

(1) Equinment.

(a) JLadio EauinmenttTwo (2) frequency, portable, hand held radios, batteries, battery charger (s) and other related accessories, as described in Exhibit 2, Radio Equipment Requirements. Radio communications includes contractor availability for 24 hour2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> continuous contact, also described in Exhibit 2.

The contractor shall, in accordance with applicable Federal Regulations, obtain all permits for the ope:ation of such radio equipment over Government identified frequecies. A copy of all such permits shall be delivered to the Contracting Officer's Representative prior to the utilization of designated frequencies.

(b) Firearms and Ammunition: Sufficient firearm shall be furnished in order to equip each guard and supervisor while on duty. Personal weapons shall not be used. Firearms shall be a .38 or .357 caliber,4" or 6" barrel standard " police" type six round revolver. Handgrips will also be standard " police" type grips. Weapons will only be loaded with the specified .38 caliber ammunition listed. The Contracting Officer's Representative is responsible for ensuring the firearms furnished comply with the requirements outlined herein. In the event of a dispute regard %g whether firearms meet the requirements, the Contracting Officer will make the final decision. Appropriate and ample supplies of firearms, upkeep and maintenance equipment, (cleaning solvents, lubricating ail, rods, brushes and patches, and other normal maintenance tools), shall be provided by the Contractor. Firearms shall be inspected by the shift supervisors prior to issuance to guards.

Faearms shall be cleaned and oiled weekly, or more frequently as weather and/or environmental conditions may require, to ensure optimum operating condition.

Firearms shall be handled in a safe and prudent manner. Loading and unloading of ammunition, and the cleaning of the firearms shall take place in designated areas only. All weapons and associated ammunition shall be stored in accordance with safeguard standards established by the Government.

Unless required in the performance of assigned duties, no firearms shall be removed from the premise (s). When out of use, all firearms shall be stored in a safe or other cabinet which will be provided by the Government for storage of weapons. Firearms shall be returned to and inspected by the shift supervisor at the end of each tour of duty. All firearms shall be accounted for. On shift supervisors and guards shall make accurate receipt and return entries on the Security Officer Equipment Control Register, NRC Form 608, provided by the Contincting Officer's Representati, '.

The contractor shall provide a list of serial numbers of firearms to be used or stored on the premises to the Contracting Officer's Representative prior to the contract performance date. The list shall be kept current.

Ammunition for authorized firearms shall be provided by the Contractor. Each guard, entering on duty, including the tiniformed on shift supervisor (s), shall be issued twelve (12) rounds of standard 158 grain, ball type bullets. Six (6) rounds carried in a cartridge case.

Ammunition shall be inspected and cleaned daily to ensure its safe and effective use. Stores and issued ammunition should be replaced with fresh ammunition every two years.

In addition, box of ammunition shall be provided and stored on site by the Contractor to accommodate emergencies, and to be available in the event additional services are ordered.

l l

l

\

1 e ,.

RS-ADM-98-141 ATTACHMENT NO. 15 I

RULES AND REGULATIONS GOVERNING PUBLIC BUILDINGS AND GROUNDS W._

e .

a RULES AND REGULATIONS GOVERNING NRC PREMISES

. -The following: rules and: regulations:were promulgated pursuant tolPublic Law 566, 80th Congress, approved June 1, 1948-(Title 40, U.S... Code, 318); and the Federal Property and Administrative Services;Act of i 1949-(Title 63,: United-States: Statues at Large, 377),

and apply to all premises under the charge and control 4

of-the NRC'and to all persons entering in_or on such property, o

Under the GSA delegation of authority to NRC, and for the. purpose of this section, the Director of PRD or

-his/her designee, shall be considered the " ranking t representative of the Federal Protective Service '

Division responsible for protection of the facility or the area. "- In addition, the Contractor shall assume the authority whenever the term Federal Protective Officer is used in this section. At the present_ time there is no authority for NRC to delegate the Power of ,

Arrest to contract employees. However, efforts are being made to obtain said auchority and if and when .

such authority is obtained, it shall not change the contract in any way (cost, training, or hours), All quentlens of interpretation and/or authority shall be referred to, and resolved by, the COR.

Insoection (41 CFR 101-20.30) . Packages, briefcases, and other containers brought into, while on, or being j removed from the property are subject to inspection. A full search of a person may accompany an arrest.

Admission to oronerty (41 CFR 101 - 2 0. 3 0 2 ) . Property shall be closed to the public during other than normal

. working hours. The c30 sing of property will not- c.pply ,

to_that space in those instances where the 9overnment has approved-the after-normal-working hours use of buildings or portions thereof for activities authorized by Subpart 101-20.7._ During normal working hours, property shall be closed to the public only when situations require this action to ensure the orderly conduct of Government business. The decision to close the property shall be made by the designated Official ,

under the Occupant Emergency Plan after consultation with the buildings manager and the representative of '

the_ facility or the area.

This requirement does not preempt the authority of the Regional Directer,-Federal Protective Division, or any other authorized GSA official to effect a security-alert of a facility in accordance with GSA Order, "Phycical Security of Buildings Alert Guidelines" (PBS 5930 16), dated _ February 20, 1976. This action shall be coordinated with the designated official. The

t i 9 1 r

designate'd official is defined in'Section 101-20.504-3 (f) as the--highest ranking; official of_the primary  :

occupant ~ agency,vor.the: alternate highest ranking ___ _ 1 official'or-designee selected by mutual. agreement'by ,

other occupant agency of ficials. - ;--When admission to i' this. property,.or a portion, will be_-restricted to authorized-persons who shallEregister upon entry 1to the-property-and shall, when requested, display Government; e or other identifying credentials to the Federal a protective Officers or other authorized individuals,_ i when entering,_ leaving, or while_on the property.- -

Failure to comply with any of the above_ applicable >

provisions is a violation o!-these regulations.  ;

Preservation of crocerts 1 CFR 101-20.303). The improper disposal of rubbash on property; the willful L destruction of or damage to property; the theft of-property;:the creation of any-hazard on property to.

persons or things; the. throwing of articles of any_ kind .'

from-or at a building or the-climbing upon statues, '

fountains, or any part of the building, is prohibited.

Conform %ty with sians and directions (41 CFR 101-20.304). Persons in.and on property shall at all-times

~

comply with_ official signs of a prohibitory, regulatory, or directory nature and_with the direction of Federal protective officers and other authorized individuals.

Disturbances (41 CFR 101 - 2 0. 3 05 ) . Any unwarranted loitering, disorderly conduct, or other conduct on-

-property which creates loud or unusual. noise or a nuisance; which unreasonably obstructs the usual use of stairways, or parking lots; which otherwise impedes or disrupts the performance of official duties by Government employees; or which prevents the-general' public from obtaining the administrative services provided on the property in a timely manner, is prohibited.

Gamblina (41 CFR 101-20.306) . Participating in games for money or other personal property or the operating of_ gambling devices, the conduct of a lottery or pool.

. or the-selling or purchasing of numbers and tickets, Din or on property is prohibited. This prohibition shall

.notiapply to-the vending or-exchange of chances by

' licensed blind operators of vending facilities for any lottet zset forth in a State law and conducted byfan

- agency of a State as authorized by section 2 (a) (5) . o f --

the-Randolph-Sheppard Act (20 U.S.C. 107, et seq.)

Alcoholic beveraaes and narcotics (41 CFR 101-20. 3 07) .

Operation of a motor vehicle while on the property by the-person under the influence _of alcoholic beverages,

. . . . . - - .- -. - .. - ,~.- _ .= .. - . - - _ . _ . - --

narcotic drugs, hallucinogens, marijuana, barbiturates, or amphetamines is prohibited. Entering upon the

-property, or while on the property, under the influence of or using or possessing any narcotic drug, hallucinogen, marijuana, barbiturate, or amphetamine is prohibited. This prohibition shall be apply in cases  ;

where the drug is being used as prescribed for a patient by a licensed physician. Entering upon the property, or being on the property, unde:: the influence of alcoholic beverages on property is prohibited except, upon occasions and on property upon which-the head of the responsible agency or his or her designee has for appropriate official uses granted an exemption in writing. The head of the responsible agency or his or_her designee shall provide a copy of all exemptions granted to the buildings manager, who shall inform the Federal Protective Officer, or other authorized officials, responsible for the security of the property.

Solicitina, vendina, and debt collection (41 CFR 101-20.308). Soliciting alms, commercial or political soliciting, and vending of all kinds, displaying or distributing commercial advertising, or collecting private debts on GSA-controlled property ic prohibited.

This rule does not apply to (a) national or local drives for funds for welfare, health, or other purposes as authorized by the " Manual on Fund Raising Within the Federal Service," issued by the U.S. Office of Personnel Management under Executive Order 109276 of March 18, 1961, and sponsored or approved by the occupant agencies; (b) concessions or personal notices posted by employees on authorized bulletin boards; (c) solicitation of labor organization membership or dues authorized by occupant agencies under the Civil Service Reform Act of 1978 (Pub. L.95-454); and (d) lessee, or its agents and employees, with respect to space leased for commercial, cultural, educational, or recreational use under the Public Buildings Cooperative Use Act of 1976 [40 U.S.C. 4 90 (a) (16) ] . Public areas of GSA-controlled property may be used for other activities permitted in accordance with Subpart 101-20.7.

l l Distribution of handbills (41 CFR 101-20. 3 0 9) .

Posting or affixing materials, such as pamphlets, handbills, or flyers, on bulletin boards or elsewhere on GSA-controlled property is prohibited, except as authorized in section 101-20.308 or when these displays are conducted as part of authorized Government activities. Distribution of materials, such as pamphlets, handbills, or flyers, is prohibited, except in the public-areas of the property as defined in section 101-20. 7 01 (b) , unless conducted as part of authorized Government activities. Any person or i

organization proposing to distribute material in a public area under this section shall first obtain a permit from the building manager under subpart 101-20.7 and shall conduct distribution in accordance with the provisiens of Subpart 101-20.7. Failure to comply with these provisions is a violation of these regulations.

Photocraohs for news, advertina, or commercial ourposes (41 CFR 101-20.310) . Photographs may be taken in space occupied by a tenant agency only with the consent of the occupying agency concerned. Except where security regulations apply or a Federal court order or rule prohibits it, photographs for news purposes may be taken in entrances, lobbies, foyers, corridors or auditoriums when used for public meetings. Subject to the foregoing prohibitions, photographs for advertising and commercial purposes may be taken only with written permission of an au*.horized official of the agency occupying the space where the photographs'are to be taken.

Doo and other animals (41 CFR 101-20. 311) . Dogs and other animals, except seeing eye dogs or other guide dogs, shall not be brought upon property for other than official purposes.

Vehicular and nedestrian traffic (41 CFR 101-312)

(a) Drivers of all vehicles entering or while on property shall drive in a careful and safe manner at all times and shall comply with the signals and directions of Federal protective officers or other authorized individuals and all posed traffic signs; (b) The blocking of entrances, driveways walks, loading platforms, or fire hydrants on property is prohibited; and (c) Except in emergencies, parking on property is not allowed without a permit. Parking without authority, parking in unauthorized locations or in locations reserved for other persons, or parking contrary to the direction of posed cigns is prohibited.

Vehicles parked in violation, where warning signs are posted, shall be subject to removal at the owner's risk and expense. This paragraph may be supplemented from time to time with the approval of the Regional Administrator by the issuance and posting of such specific traffic directives as may be required, and when so issued and posted such directives shall have the same force and effect as if made a part hereof.

Proof that a motor vehicle was parked in violation of these regulations or directives may be taken as prima facie evidence that the registered owner was responsible for the violacion.

Weapons and exolosives (41 CFR - 101 -2 0,313 ) . No person entering or while on property shall carry or possess firearms, other dangerous or deadly weapons, explosives or items intended to be'used to-fabricate an explosive or incendiary device, either openly or concealed, except for official purposes.

Nondiscrimination (41 CFR 101-20. 314 ) . There shall be no discrimination by segregation or otherwise against any person or persons because of_ race, creed, sex, color, or national origin in furnishing or by refusing to furnish to such person or persons the use of any facility of a public nature, including all services, privileges, accommodations, and activities provided thereby on the property.

Penalties and other laws (41 CFR 101-20. 315) . Whoever shall be found guilty of violating any rule or regulation in this Subpart 101-20.3 while on any property under the charge and control of GSA is subject to a fine of not more than $50, or imprisonment of not more than 30 days, or both. (See 40 U.S.C. 318c.)

Nothing in these rules and regulations shall be construed to abrogate any other Federal laws or regulations or any State and local laws and regulation applicable to any area in which the property is situated.

In addition to the enforcement of 41 CFR 101-20, the Contractor shall enforce all rules and regulations contained in Volume 5, Chapter 900 of the Foreign Affairs Manual and General, Post and Special Orders approved by the COR that pertain to the physical protection of domestic facilities, employees, communications, computer and information systems, and classified or sensitive information. These rules and regulations shall be provided to the Contractor at the time the contract is awarded. These rules and regulations are subject to change at anytime by the COR or NRC.

. . RS-ADM-98-141 ATTACHMENT NO, 16 U.S. Nuclear Regulator:, Conm ssi?n HEIGHT AND WEIGHT CHART HEIGHT MEN HEIGHT WOMEN 5'2 144-150 4'10 112 119 5'3 149-155 4'11 116-123 5'4 154-160 5'O 120-127 5'S 159-165 5'1 124 131 5'6 163-170 5'2 129-137 5'7 169-176 5'3 133-141 5'8 174-181 5'4 137-148 5'9 179-188 5'5 141-149 5'10 185-192 5'6 146-154 5'11 189-197 5'7 149-159 6'O 195-203 5'8 154-164 6'1 200-208 5'9 158-168 6'2 206-214 5'10 163-173 6'3 212-220 5'11 167-177 6'4 217-223 6'O 172-183 6'S 223-232 6'1 177-188 6'6 228-236 6'2 183-194 BODY FRAME ACCORDING TO HEIGHT AND ELBOW BREADTH MEN HEIGHT (in feet & inches) ELBOW BREADTH (in inches) 5'1 -5'2 2 1/2"-2 7/8" 5'2-5'6 25/8"-27/8*

5'7-5'10 2 3/4"-3" 5'11 6'2 2 3/4"-3 1/8 6'3 2 7/8"-3 1/4" WOMEN 4'9-4'10 2 1/4"-2 1/2" 4'11-5'2 2 1/4"-2 1/2" 5'3-5'6 23/8"-25/8' 5'7-5'10 23/8"-25/8" 5'11 21/2"-2 3/r

4 A A a_ A4 ..g.S _aa p. e,_ a s ,s ,s. as m.t, ,,A,J...A M. .# u m,4

  • 4.4 _.: $

fr so

- RS-ADM-98-141 .

ATTACHMENT N0.-17 DEFICIENT PERFORMANCE

1) Failure to check photo identification of an authorized person (NRC badged) at entry points- .
2) Failure to check in and provide temporary identi- ,

fication to an unauthorized person (non-NRC) and allow unbadged person entry to building

3) Failure to exhibit professional behavior whileion duty (displaying an unpleasant or offensive' disposition, using abrasive or abusive language,' sleeping at. post) ,
4) Failure to remain at designated post until relieved lof duty by' relief
5) Failure to direct traffic exiting from garage at designated times
6) Failure to account for all keys

'7) Failure to properly handle the U.S. Flag

8) Failure to properly check security containers
9) Failure to secure perimeter doors and doors to scured areas
10) Failure to make assigned rounds, which includes using PVS 11). Failure to properly operate equipment (garage doors, pedestrian gate, central alarm equipment, etc.)
12) Failure to follow general, post, supervisory or special orders.

i w-+ gW q m ur w.- ~ e w w er m. - * -

  • e- RS-ADM-98-141 Attachment 1t ,

' 'm 4PrwM CERTIFICATE PERTAINING TO FOREIGN INTERESTS OMB No. 0704-0194 (Type Or print all answers) gap,res sep 20.1997

  • w asv vsetas una y
  • s so et c e av-am s n:.-res to a.nie 7c wes w noru s .s *: we me *r w,-e* ao me es wa-- ;mee ei r mre e wse.-:n s n-r e gr~e- g a~e ~e eseg see era se,ns es w sc s en e.g. ; ~e so.ece y c ea-ry se no-~e-ve;es s ~ s s.nr ee-ve y c : wre vs rre e

a to ey om va roa v o. sagec vs v waa q -e sen- a Oeu*rt sce, se Ann mn.rrs sme 3 w:wr<. .

t W:

'e~ s wsr s t te sa e:m s Mt -

a ,

W *Ps se~rw c.e-s .gne, sse ma a mee ia ::;c2-an: anoneness sm a se aste r

" e

  • E*

=cwers n e wr r Pe*4 ?f V '8 a*g D 80+9fy

  • p a scaec ga p 64rpn f
  • 3ces *ct g u 3, e g.~ eat:r W4 4 oY$ Ef"II .

FLEASE DO NOT RETURN YOUR FORM TO THE ABOVE ADDRESS. RETURN COMPLETED FORM TO YOUR RESPECTIVE CO PNI.TV SOTICF -

make a fake statement or repreuntation to any Departmmt or Ageno of the l adure to answer all questmns or any miwpresentatwn (by ommion or t mied States. as to am maner withm the junsdwtmn of any lkpartment or gon.calment er in muleadmg. fahe or pamal amwers) may sene as a fusis for denial of karanes for aegen to elassded iruormation In aJ&tmn. Title I x. Agenes of the t nited Sus. Tha tneludes arn statement made herem uhsh a ihted States Code 1001, makes it a enmm41 offense. pumshabk by a maumum knowmgly meerrect. meompkte or maskadmg m an> smportant partwular of the O) years impnsonment. 51 $.000 fme or both. knowmgly to PROVis10M 2 When this report is submitted m confidence and is so marked. appheabk

1. This report is authorved by the Sveretary of Defenae, as Esecutne Agent for the NationalIndustnal Secunty Progrant pursuant to Esecutne order 12829 while cumptiom to the ireedom of Information Act w til be smoked to withhold it (n m you are not required to respond. Sour chgibibti for a fa ihty skarance cannot be puble &sdosure determmed if you do not compkte this form The retentwn of a facihty secunty clearance is contmgent upon your comph snee with the requirements . f DoD 3 Coupkte all questwns on this form Wrk % or "No" far caeh qu en 11 3:20 2241 for submasion of a remed form as appropnate your answer is Wes" fumish m full the compkte informatmo under -Rem.stka '

QUESTIONS AND ANcWERS YLS NO 1 iAnswerla or10) it For enc 0es whrch issue stocV Do any foreign person (s). directty or md<rectly own or ha<e t,eneficial owner %p of 5 percent or r9ere of the outstanding shares of any class of your organcation s eouiry securities) b (For enc 0es which oo not rssue stock) Has any fore 4gq person directly or indirectly subscriDed 5 percent or more of your orgsneation s teal capital commitment?

2 Does your organcation direct!y. or indirectly throug*1 your suDsidianes and or a'fsates own 10 percent or rnore of any foreig9 intsrest? -

3 Do any non-U $ citeens se've as members of your organcat;cn s board of directors (or semita* governing body). officers. executive pe' sonnet. genera! partners, regents trustees or senior management officiats?

4 Does any foreign person (s) have the power direct or mairect, to control the eiection. appo:ntment. or tenure of members of your orgsnaatiorfs board of directors (or similar goveming cody) or other management pos.tions of your organcation. or have tne power to control or cause the direction of other decisions or activities of your organcation?

S Dw our organgwon have any cont. acts. agreements. understandings, or arr ngements with a foreig person (s)?

6 Does your organcation, whether as borrower, surety. guarantor or othervest have any indebtedness. liabihties or obegations to a fore,gn person (s)? .-

7 Dunng your tast fiscal year, d>d your organ.stm .. ..e a 5 percent or more of its tota: revenues or net mcome from any s ngte foreign person?

D in the aggregate 30 percent or more of its revenues or net income from foreign persons?

8 1510 percent or more of any class of your organcation's voting securnies held in " nominee shares. in " street names or in some cther method which does not identify the beneficial owner?

4 Do any of the members of Your otDancation's board of directors (or similar govemmg body). officers executive personnet general partners, regents, trustees a .enior ma9gement officiais hold any positions witn, or serve as consultants for, any foreign pe+ son (s)?

10 is there any other factor (s) that indicates or demonstrates a capaoility on the part of foreign persons to control or influence tne operations or runagement of your organcation?

DD FORM 4415, APR 1997 PREVIOUS EDITICN IS OBSDLETE y .- , - 7 c. , , , _ . , , ,-~r

7

%t: . 4y 's.

. REMARKS tAna:n adotonersheets. tnecessam for o u ceraseo statemens')

1 CERTIFIC ATION I CERTIFY that the entries made by me above are true; complete, and correct to the best of my knowledge and belief e ic are made in good farth.

WITNESSES:

(Date Cerched)

By:

(Contractor)

NOTE:In case of a corporation, a witness is not required p; but the certificate below must be completed. Type or print names under all sgnatures.

(Address)

NOTE: Contractor. if a corporation, should cause the following certificate to be 9xecuted under its corporate seal, provided that the same officer sh-!! r " execute both the Agreement and the Certificate, _

CERTIFICATE

l. certify that I am the -

of the corporaten named as Contractor herein, that who sqned this certifcate en behalf of the Contractor, was then of sad corporation; that said certifcate was duiy syned for and in benalf of sad corporation by authonty of its governing body, and is within the scope of its corporate powers.

(Corporate seal)

(Signature and Date)

DO FORM 441s,(BACK) APR 1997.

1 v% y' -w 4 , n-" r~ e- '1

August 29,1996 INSTRUCTIONS FOR COMPLETION OF THE CERTIFICATE PERTAINING TO FOREIGN INTERESTS Question #1:

a. Do any foreign person (s), directly or indirectly,' own or have beneficial ownership of 5% or more of the outstarding shares of any class of your organization's equity securities? If yes:

' Identify the percentage of any class of stock or other securities issued which are owned by foreign persons, broken down by country. Include indirect ownership through one or more intermediate level (s) of subsidiaries. Indicate voting rights of each class of stock.

'Are there shareholder agreements? If yes, attach a copy (ies), and if none, so state.

  • Indicate whether a copy of SEC Schedule 13D/13G report hes been received from any investor.

If yes, attach a copy (ies).

NOTE: Ownership of less than 5% should be included if the holder is entitled to control the appointment and tenure of any management position.

b. (for entities which do not issue stock): Has any foreign person directly or indirectly subscribed 5% or more of your organization's total capital commitment? If yes:
  • 1dentify the percentage of total capital commitment which is subsenbed by foreign persons.
  • ls there an agreement (s) with the subscriber (s)? If yes, attach a copy (ies), and if none, so state.

- Question #2: Does your organization directly, or indirectly through your subsidiaries and/or affiliates, own 10% or more of any foreign interest? If yes:

  • ldentify the foreign interest by name, country, percentage owned, and personnel who occupy management positions wi'" the organizations.
  • 1f there are personnel from your organization who occupy management positions with the foreign firm (s), identify the name(s), title, and extent of involvement in the operations of the organizations (to include access to classified information).

Question #3: Do any non-U.S. citizens serve as members of your organization's board of directors (or similar governing body), officers, executive personnel, general partners, regents, trustees or senior management officials? If yes:

  • identify the foreign person (s) by name, title, citizenship, immigration status and clearance or exclusion status.
  • Attach copies of applicable by-laws or articles of incorporation which describe the affected position (s) . However, if you have already provided such copies to the Cognizant Secunty Agency Industrial Secunty Representative, so state.

o x

.2 Question #4: Does any foreign person (s) have the power, direct or indirect. to control the election, appointment, or tenure of members of your organization's board of directors (or similar governing body) or other management positions of your organization, or have the power to control or cause the direction of other decisions or activities of your organization? If yes:

' Identify the foreign person (s) by name, title, citizenship, and all details conceming the control or influence.

Note: If any foreign person (s) have such power, this question shall be answered in the affirmative even if such power has not been exercised, and whether or not it is exercisable through ownership of your facility's securities, if such power may be invoked by contractual arrangements or by other means.

Questien #5: Does your organization have any contracts, agreements, understandings, or arrangs..nents with a foreign person (s)? If yes;

  • For each instance, provide the name of the foreign person, country, percentage of gross income denved, and nature of involvement, including:
  • whether defense / nuclear related or not
  • involvement with classified or export controlled technology
  • compliance with export control requirements
  • Where the organization has a large number of involvements and where these involvements are not defense / nuclear related and represent a small percentage of gross income, the explanation can be a generakzed statement addressing the totals by country.

NOTE: We do not expect and will not require the contractor to ask every customer if he/she falls within the NISPOM definition of a foreign person. We will ask the contractor to provide ongoing secunty education to those individuals who negotiate and/or administer such agreements regarding their responsibilities to report agreements with a foreign person (s) to the best of their knowledge. The ontractor wm 59 certdving the resr 'nse to this question to "the bes of his/hcr knowledge" or "through his/ner best efforts" Question #6: Does your organization, whether as borrower, surety, guarantor or otherwise have any indebtedness, liabilities or obligations to a foreign person (s)? If yes:

  • Provide your overall debt to-equity ratio (in percentage)

'With respect to indcatedness or liability to a foreign person, indicate to sncm inJebted or liable, what collateral has been fumished or pledged, and any conditions or covenants of tha loan agreement if stock or assets have been fumished or pledged as collateral, provide a copy of the loan agreement or pertinent extracts thereof (to include procedures to be followed in the event of

, default).

  • 1f any debentures are convertible, provide specifics.
  • lf loan payments are in default, provide details.

nr, - --.-_ y3 - g- _ m~.

o o 3

  • This question should be answered in the affirmative if the debt is wit; 3 v.S. entity that is owned or controlled either directly or indirectly by a foreign person, if unknown, so state.

Note: As stated above, we do not expect and will not require the contractor to ask every lender if he/she qualifies as a foreign person. We will ask the contractor to provide ongoing security education to those employees who handle lending arrangements regarding their responsibilities to report any such arrangements with a foreign person lender, to the best of their knowledge. The contractor will be certifying the response to this questic.1 as being to "the best of his/hei knowledge" or "through his/her best efforts".

Question #7: During your last fiscal year, aid your organization derive:

a. 5% or more of its total revenues or net income from any single foreign person?
b. In the aggregate 30% or more of its revenues or net income from foreign pe..ons?

If yes to either part of the question:

  • Provide overall percentage of income derived from foreign sources by country, nature of involvement, and type of services or products.

' Indicate if any single foreign source represents in excess of 5% of total revenues or net income.

  • Indicate whether any classified information is involved.
  • Stote whether facility is in compliance with applicable export control requirements.

Note: As previously stated, we do not expect and will not require the contractor to ask every customer if he/she qualifies as a foreign person. We will ask the contractor to provide ongoing secunty education to those employees who handle information about company revenues regarding their rceponsibility to report revenues denved from a foreign person (s) to the best of their knowledge. The contractor will be certifying t?.e response to ti . , questica as being to "the best of his/her knowledge" or "through his/her best efforts" Question #8: Is 10% or mora of your organization securities held in " nominee sharas "in

" street names" or in some other method which does not disclose the beneficial owner ? If yes:

  • ldentify each foreign institutional investor holding 10% or more of the voting stock by name and address and the percentage of stock held.
  • Indicate whether any investor has attempted to, er has exerted any control or influence over appointmer.' .o management positions or influenced the policies of the organization.

Question #9: Do any of the members of your organization's board of directors (or similar governing body), officers, executive personnel, general partners, regentr., trustees or senior management officials hold any positions with, or serve as consulta a 'or, any foreign person (s)? If yes:

- .- - . - - . -. .-. _ - ~ _ - . - - - . .. -.

O' %

4 t

' Provide the name, title, citizenship, immigration statas and clearance or exclus an status on all .

such persons.

  • ldentify, by name and address, each foreign organization with which such persons serve and indicate the capacity in which they are serving.
  • Include a Statement of Full Disclosure of Foreign Affiliations for every cleared individual who is a representative of a foreign interest.

Note: We expect the contractor to be able to answer this question fully for those individuals holding such positions with his/her foreign subsidiaries and any foreign interests. However, we do not expect and will not require the contractor to ask every individual to ascertain if he/she is serving as a director, officer or manager of a foreign person. We will ask the contractor to provide ongoing security education to all key management personnel of their responsibilities to report serving as an interiou,ing director or in any other type of positions with a foreig person to

' the best of their knowledge The contractor will be certifying the response to this question as being to "the best of his/her knowledge" or "through his/her best efforts".

Question #10: Is there any other factor (s) that indicates or demonstrates a capability on the part of foreign persons to control or influence the operations or management of your organization? If yes:

'Desenbe the foreign involvement in detail, including why the involvement would not be reportable in the preceding questions.

i r

i i

d n

,y - , - - _ . ,. ,y. -.- , . __ , , . - - -.-y . , ,

o n>

5 DEFINITIONS FOR COMPLETION OF THE CERTIFICATE PERTAINING TO FOREIGN INTERESTS AMiliate Any entity effectively owned or controlled by another entity.

Beneficial Owner - The true owner of a secunty who may, for convenience, be recorded under the name of a nominee. Such ownership entitles the owner to the power to vote or direct the voting of a secunty or to impose or direct the disposition of a secunty.

E0nd - A certificate which is evidence of a debt in which the issuer promises to repay a specified amount of money to the bondholder, plus a certain amount of interest, within a fixed pe,iod of time.

Convertible Debentures - Bonds which the holder can exchange for shares of voting s'ock.

Covenant - A detailed clause in a lending agreement designed to protect the lender.

Debenture - A general debt t.nsecured by a pledge of any specific piece of property. Like any other general creditor claims, a debenture is secured by any property not otherwise pledged.

Debt-to-Equity Ratio - Total liabilities divided by total shareholders' equity (total assets minus total liabilities of a corporation; also called stockholders' equity, equity, and net worth) . This shows to what extent owr $crs' equity can cushion creditors' claims in the event of liquidation.

Equity Security - an ownership interest in a company, most often taking the form of corporate stock, Foreign interest - Any foreign govemment, agency of a foreign govemment, or representative of a foreign govemment; any form of business enterprise or legal entity organized, chartered or incorporated under the laws of any country other than the U.S. or its possessions and trust temtories, and any person who is not a citizen or national of the United States.

Foreign Person - Any foreign interest and any US person effectively owned or controlled by a foreign interest.

Guarantor - One who makes the guaranty (an agreement or promise to answer for the debt, default or miscarriage of another)

Immigration Status - Legal basis for a non-US citizen's residence in the United States (e.g.,

work visa, admission for permanent residence) . Note: Immigration and Naturalization Service Form 19 is an excellent source for this information.

Joint Venture - A partnership or cooperative agreement between two or more persons or firms, usually restricted to a single specific undertaking. Normally the undertaking is of short duration, such as for the design and construction of a dam.

Liability - Claim on the assets of a company or individual.

Licensing Agreement - A permit granted by one business to another which permits duplication of processes and production of similar items.

h o- +

b 6 ..

Management Positions . for the purposes of the questions on this form.- management positions shall include owners, officers, directors, partners, regents, trustees, senior management officials, other executive personnel and the facildy secunty officer.

Nominee Share A share of stock or registered bond certificate which has been registered in a name other than the actual owner.

Proxy One who acts for another. Also, the document by which such a representative is authorized to act.

Representative of a Foreign interest (RFI)- A citizen or national of the U.S., who is acting as a representative of a foreign interest (see Foreign Interest)

S.E.C. Schedule 130 - This schedule discloses beneficial ownership of certain ragistered equit) ,

securities. Any person or group of persons who acquire a beneficial ownership of more than 5 percent of a class of registered equity secunties of ce*in issuers must file a Schedule 130 reporting such acquisition with certain other information.

S.E.C. Schedule 13G - This schedule is a much abbreviated version of Schedule 13D that is only available for use by a limited category of " persons" (such as banks, broker / dealers, and insurance companies) and even then only when the securities were acquired in the ordinary course of business and not with the purpose or effect of changing or influencing the control of the issuer.

Sales Agreement - An agreement between two parties for the sale of goods or services on a continuing basis.

Stock Option - An option is the right to buy or sell at some point in the future.

Street Name - The common practice of registering publicly traded securities in the name of one or more orokerage firms.

Subordinated Debenture - A bond having a claim on assets only after the senior debt has bean paid off in the evr it of l;quir'en.

Surety - One who is immediately liable for the debt of another if that other person or entity fails to pay.

Total Capital Commitment - The sum of money and other property an enterprise uses in transacting its business.

US Person - Any for n of business enterprise or entity organized, chartered or ircorporated under the laws of the United States or its possessions and trust tenitories and any person who is a citizen or national of the United States.

i:

m=ww .y--**

3 Of FICIAI t'SE ONil,Will N COMPI I li DI OWNI RS. Of I ICI RS. DIRI CIORS, AND l'XI CU llVE Pt RSONNI 1. ((X)DFP) i

.'eb i =2 I I OAI. COMPANY NAME AND PilYSICA1. ADDRESS OF FACllJ TY LOCATION ADDRESS OF COMPANY'S PRINCIPAL EXECUTIVE Of f ICI S IF DiliF RIM t ROM lilE PliYSICAI. ADDRESS OF li!E F ACll1IY I.OCATION

..z EI  ;

ou -

eM  ;

IDENTIFY INDIVIDUA13 SECURI'iY

[g INDIVIDUAI5 COMPLETE 1 NAME

. A11 COMPANY TITLES / POSITIONS 1101 D!!Y DATDPIACE OF BIRTil/CETIZENSillP(U S ,

SOCIAL.SI CURIIV NUMBER Cl EARANCIMS)I.EVEL. ISSUING U.S  ;

1 IDENTitlFD INDIVIDUAL. OillFR. DUAIJ GOVERNMENT AGENCY (ies)OR EXCL USION AND DA'IE t

?

i t

t I ISI Cl R114 It'D CORRI'CI fly:

!.. i I)pc w Pawa Nmac anJ Signatwc of Authorned Ofreial Title Date Certdied

' NOTI:, SIE REVI'RSE SIDI: l'OR INSTRUCTIONS REGARDING COMPIfilNG IlllS IORM Ot FICIA1.1%E OSLY (Wil1 N ('OMPLETFD) PAGE, ,OF , PAGl's

+

1

.'O' ,

+!

0 .

t 2 1 3 e

sy bl hI dI cg ar ki t

a

  • m c al _c.a N e

_ e b s h i

ab t c

o e r a s e me la h a I c b a I o

n c ut w aJ S d

e g r c t u r

e s J ma c e o r

r e s e ,s p e T f a o c e t n r n oes s E ri nsr s nin d t

h i e th p e

s. ,t u n I e e xq U ut n aa i b oI e

nPr c4 o (1 dP a h ir s u s C d oPr P g P ur e m ai e e r i

n e s wh a2 w) c o s

0at ai e c hwm r p) c e at ed t n g o os h na ne do s s d I n o I s

c 0muc t T

o wnt ) ak o l t J e u e r u mk e r

c aL af s I f tl iw y ed v

q u

1g t J I f

hf i f y nd di t r

a J ag t c l t ot o e r a h t O

J ay c e e a l e s h f h w c p gr wW s a I w oi a a h p t ma y l

t e t e oth s s edb N lonk d th r n t t  !

ar n h ah e n o h t c

c n .e wl d pl e e e r e n s e c h e b c i e e J e. c e D S c

e oe d t a u ke on nf d l

r o

oJ Cp s v s n p

r ar t an n

u o nn e

r a t

t he m

t f nl o chc l n gr c

d. d a o i

n Ac mdI kP  :

s e SI o t r e f r eo l r f c

ho ,r s a s s cnm w a s m e(i s sb ol hc i a ic c o e t r i m i

.s a a e t ie e ni dw a r e v

cye n w t

t r n hi rtpp s i u .w l

J r n r e s o e o ei c a nal yl ni m m md i

h a e u I r nif c z p f oa yn a.c t

dng ool a o s g r a

a t

t.

a r c l r uat k.es e a e at ww t.

i w k Ot s am ei n oq er da q

u y n oy n

t m ;riny hs s 5 p n i

nnc w n um l

wl t

i o m n nc e nam m e o c n a ap ef s 6er n bnt b

c f u thst e dip sc e

s u t e op r

p o o vr ga p e s c r o c r or s e

aro s s

e e ha ham n c h t

n f r a n c i r subiof e ma f d o o sbm o ap do a o

e e i s'

o J r r g es c s

s u se nt at the es ul c a w l a s f

f I

t oan d

i t r nsi e

i a n e o ie a n s c c J wen ono r

u sa d det 5n n

c og r gis t

a n n f t r s s f e n ca ht ua gr e h t i ha i iks p s e r dar t

i ts n s

w a at i

a n mti c c mf oo t sp e of a t e hmod f n l

oma ap m t y s J ah r r a h n o uu r r c n e

e r u

a f dg e eo a is o

n (e S c e c dlo r ec d or nt a r t hat f

i s : ut ut s c Ai l s l e rt oac at d t t hu n .a t r c

g .t hc e e d r nc a t m

Ao

) h e m )u s

a e

)r f

h ka em o h p a e nt o w o e w d al - am (

d r J t

h ek mpo c aa rp r e si c. rg i r

c(i mths e s a c

l r s

oag u k ja Jw g s' p s ne u r s t s u t

s -

o a l) r ah r a l

eg ia e w u i

o ,c e iw t t r a ke s nc uh l e a t t n a n i out

m. ,s r e t n g em cra.at et s h un t

e art ba a e t

a l e n i ni ,m th c l t a l

a in n (t l

fo n cM o (a st r da em (

a e s b

e m t m) s l

D y

t )

a t e nt i d s na a w

nD

) f e

s yruo n e s s ,c.

t g a ay a n i mil o )

cl e h ,s y o a hof t h Jd c a s o s

c t

i yt

.s I

a s e s d t a

t ha f n e oa e a t

u w s. n mi i P' eh ou o d a hs w t d uoa s f s l

e e sy n d.

/

a un n

y e c nss mh wO s c i

t mm g s

m g r

. e efgm r

i n

he e ,s l

t a ia o ,s t c o  ;

t k h i O t e nt h a a e e i nwn os t o nD nn pmcin g i e c k I t w y f t J t e n s ne t oi t c kK wn a l rs c I h db t s l a l t s t

o Jt s r ;

ip i

i L M he i s ds c rc pa P c or a c o

c c u m t

k )oyl ur y

d n )t ewss t

)

k Jh r e

a c

hp(

r cp a t dni hg ha ng f c ac t c lk uo f w Jol c w n pyl a c a i) s ci r p at a e r J e t c t -n ti s l th hk s w t

o .c c k h om s a oa aw c e i

wre hr r m c u o v e wa s t c al al oho kdr s l l aat umf T e o i ww k l

w ip l

c s t e ul da ci e o h( p d ana c a n a ng s e a l

u ne l Ja n

be ho of c

akt a r

f t

h Ke hn f

r m

ds w n

J lc bs md s c e

r u a-un b

s as c

a cr d

J y a dh t

f yb a a st bl c t t p h iee e t o hn a ie dn y e mctl md o u p ct t s

c d J

a ho h%yl u r u r e o a ut u yut c i my c r at nl d ayl i dt d be h d c rgr o e g a mr y n aly oi s e n ow au hm bi c s l ca or s

y u c

a man s bgc a

o r n a

Je an b e

iL s i t

hc e

t n

c han di d e

min t

o b

nr .

ag om th s a c J t a n r f n e t e t u s a d u >dt c p e r ot s hd t md manh ha ehd o& o t

a m s c i i a ,e siei ot n m a f r r ir f s h e m oley b a l i

l. i c ey s

g a c hsa fi c t e mc t

t a o aa N af n s a e . n5 h

a an J e t c f an f

s' msohe a

t o

si af r

l n u na s s o s t o nyl h thmD k) ey n t

ur o t a n b ui n t e o uJ nft a f

i o n c o d e i a a f s p, w g ut d bde s th w s O P ecc r

ggg n I

f v s e

r s t t s w a e w m c o n e n o guh al is ni e a r e h l

.mh e nt ( s t c

o r

s a s or maisn n e

s u n a n I

J t c hl li c

i hf c c i

i M o r

th e an i,s tm p t o

s e i d gat n t i mm tf. m e a s

a l dJ D

)

h o b i g a n o w u c s r en t

t g l o o i a g n s ao u t

r c h J c t oa ut a e a u n w in p a hs u nm i

f t a t s l g n h n u r h p O u n m nd k t h e .m e s m de t o as (t n uh t

)

n a o .s y t

r n e

s s

no eh s t w s d ai i i l kh t

o mM s l t a D t

u s s u h w0 m f dwe r c c D D

a I

m J a omb f p i

,n 0 g k m n euc i

n s

t mE h g .e i

n s P ,s m n h u e o i0 p

. s at s' s ime rti g e t

g P t

a r i c n il s c a hr f n1 -

r o o O nnf d

u s

s h s r nh atit st m

a s

t.

c s

I k

i mfo as p 5 fop r l s

i w

n O at t

e wJ c

i o sa eg e g h )

a s

et h er mi s J e e D dha n m l a l ar c a t r I is g

. egd at r c o

s I

u J r

ge se e

n t

og m t h

e s

h a

P ic n hh t

dc t c u k ml m t n, p h us e o

oim u s

t u e al f o o opr i n o s

t nc m pe cn e t i t r r nov d f i

n t sg n d d m e c ms a r nt g i

m 3 6l r ,d a d b e s.

Ip a

o thi v u p

- g o r u c 5 r s e d r c a f o ut fi p ( . d c e l u e ot h. i c

i r

m t i r' l

n.

b e

r o

r ula cs o

f ut u h he a

r r

c e

y s ht a t

r d

e a i f n f' o e

r c

e u o a s i s

n n

t uc e .c nt c c r a

( n m mct n in d a o ht ec e

o t uk y ud r a r ur oeat th s

f n e r

si o

s il a

r s

t t h

c l

a a iv ri e m n u

nmr a s c at n cf o r o n )

he e s s d w w u a ,u t u l Igt mil a

a r

p c pr ne s o

ci u t al s

t h

e o

t wl as l a m a c a

s snn t

o s r o od f ki t f w t su i t o sv> t e n h a iui fi i e u h r e nun t y f f f e n a e n t

c dt a p t g Jo c s hm y d d h o a k c h o dwn o cl e

c o e s g

r p ,e i

a c o d apn o 4 m c s l C  %

f o i s a s a s a ffml h

a n$c c g

o g

r n o n hd a s

s ns ct

o. d-t f i r v a m d n. o i

e r a c ewue r s e m g t h d I s

f al 1 wb m t a r i b e u as iy a .s p n l et n o u s J .ss n th n ( ni as d s al s a e hsto an o na ne c g m s

y

)

g a

>t*

s o nd m b o r ap a f

t

)

as ena b n ,

n e b s e

r g

a nr u

h e si nJ n ye y

J s e

ot i

s at c

ur e h p e o f m it ess th g a w

i k s ht h L c

u E c a d r ol c s i a ri:

u t ap i e n a J o r d n m s

e s

s a h a

t a em/ c r t f i . i ids r c w n a ds d s n f c o e a a c da i c

e s.

c s

s c r dn s

o s Jaol c

l i n

d ut t hm u n e

c u

c u w h

d n

f c

s e

c g kmk a a s a t pe ne a

r s

c nsi c u a c anal t

n s i

p us y ria t s c h m d Jg u c r w e e s h d e

.s t i t c b a c ar iV n h p o a e c a c i uti er r s r l

s s unth t e e e us nch l h s

c u t

e h J a

o f

k a

m hnt- o e

C h (s pis e p m c c

c s k w r dp s

c n h h t a

a i i

st c pi a e yl a h o y a i

r )

m .l e e t e m 4

a h s A h o r m o w m m at or h a a a i n l o c s t n i h c f h 4

a t l m

h .

i l n t

e

i scr utive Personcsl Ident.fy and prov al requested mformaram (i s , names. tatkx sac ) for all ut the organisaamm's escsusive perwiuw. m the t M )l)I P listmg I he defm.ame of csecutive personnciis: Those individuals who perform policy making functums for the organisatum, or any other perum in charg. if a prmcipal business unit, anision. ur functum I auhty Scrunty Otricer IJentify and provide requested infannation (i c., name. Edic, etc ) fur the organization's Facil ty Security Ollicer.

lhe Jefmitmu.of a facildy Security ofEcr is: The indivedual at the faculdy assigned the respon bddy of administermg the requucments of the Safcguards and 5ccurdy Program within the facildy,

%ee of a sole preor' m for those side propractorships operating in commundy property stascs,ident.fy and provide requested information (i c., all information, required on the (X)Df:P listmghm spouse,if any if there is no sponne, so stalc-Vaunt restmms '? any iW)Dt P posita n is vacant, so state and include estunated daic tacancy will be fiDed

_ _ . - _