ML20138J930

From kanterella
Revision as of 16:45, 29 June 2020 by StriderTol (talk | contribs) (StriderTol Bot insert)
(diff) ← Older revision | Latest revision (diff) | Newer revision → (diff)
Jump to navigation Jump to search
Mod 12 to Contract NRC-04-93-064
ML20138J930
Person / Time
Issue date: 04/30/1997
From: Knight D, Mace M
NRC OFFICE OF ADMINISTRATION (ADM), SCIENTECH, INC.
To:
References
CON-NRC-04-93-064, CON-NRC-4-93-64 NUDOCS 9705090169
Download: ML20138J930 (8)


Text

e .

b AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT "#f "#[S

2. AMENDMENT / MODIFICATION WO. 3. EFFECTIVE DATE 4. REQUISITION / PURCHASE REQ. NO. 5. PROJEC1 NO.

12 See block 15c RES93-064

~

6. ISSUED BY CCOE 1 7. ADMINISTERED ilY CCdE[

tif other than Item 6)

U.S. Nuclear Regulatory Commission Division of Contracts TABF1 MS T-7-I-2 tashin,gton, D.C. 20$55

8. WAME AND ADDRESS OF CONTRAC10R (No., street, county, State and ZIP code) 9A. AMENDMENT OF SOLICITATION NO.

Scientech, Inc.

11140 ft-kville Fike, Suite 500 Rockvibe, MD 20852 98. DATED (SEE ITEM 11) 10A. M00lflCATION OF CONTRACT /ORDEft NO.

X NRC 04 93 064 108. DATED (SEE ITEM 13)

CODE I F ACitflTY CODE ii. THIS ITEM ONLY APPLIES TO AMENOMENTS OF SOLICITATIONS O The above nupbered solicitation is amended as set forth in IteT.14. The hour and date specified for receipt of Offers O is extended, O is not extended. offerors must acknowteege recei t of this amendment prior to the hour and date apedi;wd ;i. ihn acticitethn or as amended, by one of the following met ods: (a) By completing items 8 and 15, ard returning cop 1:s of the amendment; (b) By acknowledging s eceipt of this amenchent on each copy of the of fer suhitte2; or (c) By scparate letter er telegram which includes a reference to the solicitation and amendment number 3. FA! LURE OF YOUR ACKNCMLEDGMENT TO BE RECEIVED AT THC PLACE DESIGNATED FOR THE RECEIPT OF CFFERS PRIOR TO THE HOU2 AND DATE SPECIFIED MAY RESULT IN RE.lECTION OF TCUR offer. It by virtue of this amendment you desire to change an offer already submitt?% such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (if required)

See page 7

13. THIS ITEM APPL!ES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS, IT KX)lf!ES THE CONTRACT / ORDER NO. AS DESCRIBED IN ITEM 14.

A, THIS CHANQ ORDER l$ ISSUED PURSUANT TO: (Spect f y authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTIsACT OWER NO. IN ITEM 10A, B. THE ABOVE NUMBERED CONTRACT / ORDER IS MODIFIED TO REFLECT 1ME ADMINISTRAllVE CHANGFS (such as changes in paying office, appropriation data, etc.) SET FCR!H IN ITEM 14, PURSUANT 10 THE AUTHORITY OF FAR 43.103(b).

C. THIS SUPPLEMENIAL AGREEMENT IS ENT6 RED INTO PURSUANT TO AUlHORITY OF:

y FAR 52.217 9 Option to Extend the Term of the Lontract and FAR 52.243 2 ALT 11 Changes- Cost Peimbursement i D. OTHER (Specif y type of modification and autnority)

E. IMPORTANT: Contractor O is not, 8 is required to sign this document and return two copies to the issuing office.

14. DESCRIPT ION Of AMEEME N'/M00lf ICATION (Organized t:y UCF section headings, including solicitation / contract subject matter where feasible.)

' See attached continuation pages, i

O l

( I 090018 Except as provided herein, all terms and conditions of the docunent r ef erenced in item 9A or 10A, as neretofore gh_inged. remair s unchanced and in tut t force and effect.

15A. NAME AND li f LE OF SIGNER (Type or pr int) 16A. NAME AND TITLE OF CONTRACTI G OtilCER (Type or print)

Douglas A. F. night Marv 1. Mace mat)ager of ContI4w e a d Administration Contr'cting>fipgj,/

~

16C. D Tii 15C. DATE SIGNED 16W. UN! Y ME

- 158. CONTRACTOR /O G5R

k. .

(Si3 nature of perserfauthortred Yo sinn).

/' 4j30/97 By / l .2 . m b Signature of Crnt ractirs Of ficer ) ,

'y /y

?:N

' / STbmARD FOth 30 (ifkV. 10-c3)

NSN 7540-01-152-8070 "4 PREVIOJS EDITION UNUSr4BLE If (0-105 f [ t I4! I

(

Pr escrued by CSA FAR 6 8 CfE) 55.243 9705090169 970430 a j JJ

  • ;. , ' J J POR CONTR NRC-04-93-064 PDR

4 t

> l

NRC-04-93-C64 h

! Modification No.12 i Page 2 of 8 i

l The purpo. s e of this contract modification is to (1) exercise Contract Line 1 Item No.(CLIN) 0004 for option year three. (2) renegotiate and adjust the cost I

and fee of CLIN 0004 (option year 3) for the continuation and completion of 1 i task four abtivities begun under modification nos. 4 and 9. (3) defer the I i original task 1. 2 and 3 work items to a new optional CLIN 0007. (4) provide l additional consumable supplies under CLIN 0004 to GAN and NRA for the I

! scientific workstations and PC installed there under this contract in 1994, l 1995 and 1996. (5) allot $124.000 in incremental funding to support the initial portion of the cost of this modification and (6) extend the period of performance by one year and one month to accommodate option year three.

i 1, In accordance with FAR clause 52.217-9. " Option to Extend the Term of the Contract."; the Government hereby exercises its option to extend the term of the contract from May 1,1997 to May 31,1998. Accordingly. Section F.7 i entitled " Duration of the Contract" is hereby deleted and replaced by the j

following
l
1 l F '. 7 Duration of Contract (MAR 1987) ALT II (MAR 1987) i This contract shall commence on July 21, 1993 and will expire on May 31. 1998.

a The term of the contract may be extended at the option of the Government for j an additional final option year.

i

2. In accordance with FAR clause 52.243-2 Changes - Cost Reimbursement ALT II..the following Section C language is hereby added to Section C.l.4 of the i contract: ,

j a. Task 1. Procurement and Delivery of Engineering / Scientific reorkstations and .

j personal computers.

i: The 3rd sentence of paragraph one is modified to read as follows:

a For option year 3. the Contractor shall extend for an additional year (April  ;

97-April 98) the warranty service for the hardware (parts and labor) and software for the SUN workstations, and for the associated peripheral equipment j

that was installed by the Contractor at the Scientific and Engineering Center j

(SEC) of Gosatomnadzor of the Russian Federation (GAN) m Moscow. and at the Scientific and Technical Center (STC) of MEPNS-NRA in K:ev in 1994. 1995, and j 1996. In addition for option year 3. the contractor shall provide to GAN SEC and to MEPNS-NRA/STC additional consumables for the equipment per Attachment 1 ,

(Bill of Material) to this modification. The equipment shall be shipped w,th l

1 i

_. 7 - .- _- - - - - _ - . -- - - .- -

o 3

, NRC-04-93-064 Modification No.12

) Page 3 of 8

the appropriate documentation (previously provided) to verify that the
equipment is exempt from payment of any Russian / Ukrainian taxes. The Contractor shall ship the equipment after receiving confirmation from GAN-SEC i (Russia) and MEPNS-NRA/STC (Ukraine) that they are ready to receive it.

Procurement of two workstations and four personal computers for Russia and

. Ukraine that was scheduled in option year three (see mod 4 Section F.6) wiU be deferred under a new optional CLIN 0007, (see task 2 and 3 below).

d Completion Date: Extended Warranty: effective date of mod Ship Consumables: May 31. 1997 i Deliverables: Confirmation letter verifying that the hardware and sof tware j warranties are in place and the associated consumables have been delivered.

l

b. Task 2 " Installation of Equipment and Analytical Codes", and Tasks 3.1, 3 2

^ '

l and 3.3 " Training" including Section F.6 Time of Delivery and Performance -

i Page 15 of 45 of the contract.

i i Modify for option year three (3) with the following:

\

The training and code installation on SCDAP RELAP and HMS that was scheduled l

j in option year three (see mod 4 section F.6) will be deferred under new

optional CLIN 0007. Option CLIN 0007 activities and deliveries retain their

- original delivery and performance times after option exercise per Section F.6 i and may be exercised by the Government during the period two to nine months after the effective date of the instant contract modification.

l i

c Modify Task 4 "PRA Workshop" from Mods 4 and 9 by the following

\

j- As a continuation of the PRA assistance embodied under Mods. 4 and 9. the i

! Contractor shall provide an additional four (4) week PRA workshop, for the j ROVNO-1 design, for four MEPNS-NRA/STC technical staff at the prime

! contractor' Rockville. facilities. This workshop will continue the PRA 4

training for the MEPNS-NRA/STC staff, and will assist the STC staff in expanding the Rovno - 1. level 1 and Level 2 PRA to address internal and evternal flooding and external fires hazards analysis (which was not addressed previously, but is needed to complete a fully adequate PRA). Also, The contractor shall provide an additional two week training workshop for two STC '

technical staff members at the prime contractor's. Rockville facilities to complete the focussed Level 2 PRA evaluation of the outstanding initiating

I

! NRC-04-93-064 f todification No.12 Page 4 of 8 events (initiated in Mod 9) Computer lab sessions will continue to be the key part of this training. Topics that should be included as part of the one month workshop are: A) human reliability analysis techniques and j l

methodologies: B) verification and validation of PRA computer models: C) l techniques for utilizing the PRA model to document and keep up to date the  !

plant design changes / modifications for appropriate use in operational.

maintenance and other related activities: D) Bayesian updating techniques: E) j incorporating an upgraded version of the PRA computer code (REVEAL) and: F) presenting methods for streamlining PRA analyses. Topics that should be

. included as part of the two week Level 2 PRA workshop are: a) Level-1/ Level-2 interfaces; and Plant Damage States; b) methods for constructing l Containment / Confinement building event trees: c) deterministic analysis of severe accident progressions, including incorporation of the important phenomena during the progression of a severe accident and their effect on the containment / confinement building failure (and its timing) and the j environmental releases of radionuclides: d) the role of operator actions in  !

Level-2 assessments: e) quantification methods for the confinement building l event trees and; f) reporting of results. l, l

Completion Date: September 30. 1997 Deliverables: Letter reports. 3 weeks after the conclusion of the l workshops summarizing the activities that have been completed as well as that schedule for completing remaining ,

activities needed to finalize the reports (Described in Task l 5),

d. Modify Task 5 " Final Report" by the following:

A final contractor report jointly developed by MEPNS-NRA/STC and the Contractor , describing the systems, the analyses, the assumptions made, and the conclusions reached, for these PRA activities will completed and made available to all VVER Nuclear Power Plants. As a result of last year's activities and training the STC staff revised and enhanced the phase I (nine) initiating event sequences as well as the phase 11 initiating event sequences incorporating newly developed reliability data, upgrading the event sequence logic diagrams including associated event and fault trees and revised / corrected documentation of the Phase I report was previously developed. Changes and associated delays by STC in submitting the necessary information to con.plete the final report delayed the completion of the final

l l i

NRC-04-93-064 Modification No. 12 l Page 5 of 8 l i

report for peer review. More effort is needed to complete the final draft report in order to: 1) submit the report for international peer review, and 2) to revise, as needed, the draft report in order to incorporate peer review l

comments. The final report will include the eighteen completed initiating events that have now been completed and " frozen" and will also describe the  ;

Level 2 PRA activities and analysi.s including but not limited to a description j of the model, the structure of the containment event trees, the methods used for the completion of the analyses, the success criteria used, and a summary of the thermal-hydraulic analysis used.

An addendum to the final report will also be jointly developed by MEPNS-NRS/STC and the Contractor, describing the scope and results of the current years activities that address the internal and external hazards analysis portion of the Rovno - 1 PRA. 4 A one week trip to Kiev and to Vienna is anticipated to complete any renaining issues related to the completion of the final report and to meet with the [AEA peer review staff. Another one week meeting in Kiev is anticipated to complete the Addendum report.

Completion Date: June 30. 1997 Draft final report (for peer review)

August 31, 1997 Final Report issued (Published)

April 30,1998 Addendum report completed (Publisned)

Deliverables: - Final Level 1 and Focussed Level 2 PRA report (of 18 initiating events.

excluding internal and external flooding and fire hazards analysis).

- Addendum to the final report addressing internal and external flooding and fire analysis).

e. Modify TASK 6: DETERMINISTIC EVALUATIONS as follows:

The Contractor as an Integral part of completing Task 4 above shall continue to provide the consultation and advice. initiated under mod 9. to MEPNS-NRA/STC staff members, and assist them in their evaluation of selected transient / accident initiating events as modified by the internal and external flooding and fire hazards analysis. This activity will utilize the RELAP5 and the CONTAIN analytical codes.

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

,... 7 1

4 i .

)

NRC 03-064 Moc ih tion No. 12 l  !

' Pag e 6 of8 l1 I  : Complet1 on Date: May 31. 1998

' I l

l

, Del,iver0bles: Finai Reports (See task 5)

As a 3.;imath! result Cost and of Fee the.isabove changes.

changed Section B.3 entitled. Schedule of as follows:

Estt

-i  ;

i

! INSTANT NET CLI;N FR0h: CHANGE BY: T0:

I

.0004 *Est Cost 5379.322 $-90.089 5289.233 ,

  • Opt:,yr i : Fixed Fee p.738 + 4.465 .11.203 5

CPFF $385.060 $-85.624 $'300.436 ADD OPT CLIN l l  : 00 *Est Cost 5 0 $379.322 $379.322 , l

i Workst. Fixed Fee 0 6.738 6.738 PCS;& CPFF 0 $386.060 $386.060 Co005 t
  • contains CAS 414 4 As.a result of the above changes as well as the exercise of the repriced CLl i0004. the instant' contract estimated cost and fixed fee are increased as  !

Ifol lows:

FROM
BY CLIN 0004 T0:

IEst 'Cdst *$990.275 $289.233 $1.279.508 l F1xedfea 21.376 11.203 32.579

~

i CPF 51.011.651 $300.436 51.312.087

  • conta1 :15 CAS 414 l

S. ! AS a result of the.above changes and the obligation of $124.000 in Iadd tional funds to this contract. Section B.4 entitled. " Consideration and

'Obl iga'11 3n - Cost'Plus Fixed Fee" is deleted and replaced with the following:

B . 4, Consideration anb Obligation - Cost Plus Fixed Fee ALT I 1

a. iThe I.otal estimated cost to the Government for full performance of this contract u. 1.312.087 of which the sum of $1.279.508 represents the estimated

l .

NR(.-0Y-03-064 l ifib tion No. 12 )

Mod e

Pate7a f8 reifmbu'ru ble costs an'd of which $32.579 represe'nts the fixed fee.  !

l b. There shall be no pdjustment in the amount of the Contractor's fixed fee  ;

by rea'sdn of differences between any estimate of cost for performance of the

, wor!kunder this contra'ct and the actual cost for performance of that wo d.

3 c.!Thetmount current 1'y obligated by the Government with respect to this totrapt is $1.135.651, of which the sum of $1.107.453 represents the 7

es imat.<!d reimbursable costs. and of which $28,198 represents the fixed fee.

. i d. I f; e,xercised the total estimated cost to the Government for full l

. perfog ni oceofCLIN00p5(optionyearfour)is$148.568. of which the sum of

5147.}$( represents the estimated reimbursable costs and of which 51.008 1

f rerres er!ts the fixed fee. ,

e. If. a xercised, the Rotal estimated cost to the Government for full

!perfophe nce of CLIN 0007 (option year three deferred activities) is $386.060.

I of wh% h the sum of $379.322 represents the estimated reimbursable cost, and j ofWh%h $6.738 repres'ents the fixed fee.

,. [End of Clause]

! ' NOTE: Cl IN 0006 (Russihn option year two activit'ies) was not exercised during the cdht ractual option' window established by mod 9 and is therefore, deleted frcm the above clause and this contract.

6. I Func sintheamoun)of$124.000 are hereby allotted to this contract. As a resdit,. the following accounting line items are hereby added to Section B.5 of this contract:

fod APD) 31X0200.77M. RES ID RES.C97-048. 77M-50-700-001. JCN: R9404. 252A.

i FROM: BY: TO:

50 514.000 $14,000

[INCRE45EE0PT t

FOR APk4 31X0200.77M. RES ID RES-C97-049. 77H-50-700-001. JCN: U9432. 252A, j i FROM:i BY: To:

i INCREA5E E0PT $0 514,000 $14.000 IDE API 4 : 31X0200.77H. RES ID RES-C97-050. 77M-40-022-000. JCN: U9514. 252A.

FROM: BY: 10:

' INCREASE PER1 EO ' 596.000 196.000 t

E

- " - ...;n...

_ __ _-. . . _ . _ _ _ - _ . .m.._ . _

,-.,..7 .

i N

4 NRC-04-93-064 l Modification Nc.12 Page 8 of C A

, 7. A summary of obligations for this contract from award date through the date of this action is provided below:

Total FY 93 Obligation Amount: $326.763.00 j' Total FY 94 Obligation Amount: $294.836.00 1 l

Total FY 95 Obligation amount: $ 37.828.00 l Total FY 96 Obligation Amount: $352.224.00 )

Total FY 97 Obligation Amount
$124.000.00 )

Cumulative Total of NRC Obligations: $1.135.651

]

8. All other terms and conditions remain unchanged. I 1