ML20151W706

From kanterella
Revision as of 14:21, 24 October 2020 by StriderTol (talk | contribs) (StriderTol Bot insert)
(diff) ← Older revision | Latest revision (diff) | Newer revision → (diff)
Jump to navigation Jump to search
Mod 10,revising Cost Ceiling to Reflect Final Agreement on Total Amount & Providing Authorization & Funding for Remaining Amount,To Technical Assistance in Hydrogeology - Part a - Testing
ML20151W706
Person / Time
Issue date: 04/22/1988
From: Wiggins E, Robert Williams
NRC OFFICE OF ADMINISTRATION & RESOURCES MANAGEMENT (ARM), WILLIAMS & ASSOCIATES
To:
Shared Package
ML20151W667 List:
References
CON-FIN-D-1020-8, CON-NRC-02-85-008, CON-NRC-2-85-8 NUDOCS 8805030467
Download: ML20151W706 (7)


Text

_ _ - - - _ _ _ _ _ _ _ _ _ , _ -

Q Ylc

. 1. CONT RACT 80 CODE PAGE OF PAGE.!

t -* .. . - .

~

- 3 s

e

  • AMENDMENTCF SOLICITATION / MODIFICATION OF CONTRACT . 1, 4 REQutf>4 T GON/PUACHASE REQ. NO. 5. P.J.OJECT 440. (1/ app 4ce6&ap I

, 2. AMENOMEttT/MOOtFtCAT{ON NO. 3. Lf f ECTIVE DATE Ten (10)- 01/20/88 fMSS.-85-008 dtd 01/13/88 .

6. tssuco oy.- .
7. ADMINIST ERCO.OY (t/ ether f$an item () CODE!

'? U.S. Nuclear Regulatory Commission Division Of Contrccts Washingtoii, D.C. ,

90555 r 9A. AMENOMENT OF,50LtCIT Al TON NOc

. 4. NAME AND ADOH ESS OF CON T RACTOR (No.. street. county, State an4f Z4P Code) (g) l .

Williams and Associates, Inc. '

So o^* w (SEE dmf eli

~

. P.O. Box 48 t iola, 10 83872 X NRC-02-85-008 10A. MOOlFICA(ION OF CONTH ACT/OROCF t<0.

09/27/85 loo. DATEO ISEE ITEb1 IJ)

CODE. l FACT LITY CODE

, .  : 11/THIS ITEM ONLY'APPLIESTO AMENOMENTSOF SOLICITATIONS.

The above numbered soficitation is amer &d as set forth in Item 14. The'h'our adt date specif'ied for rewim of O_ffers' is extanet. . es not ex.

sen&d. y

t. Offers rnust actnowledge receipt of, this ameridment prior to the hour and date'specified in the solicitation or es amended,tsy one of the following m?thod (al Dy compteting Iterns 8 and 15, and returning copies of the amendrnenu (b) Dy acknowicdging rweipt of this a endment on each copy of the cf'fe :

submitted; or (c) By saparate letter or televam which includes a reference to the niicitation and amendmeat numters. FAILURE OF YOUR ACKNOWLEDG '

MENT TO DE RECEIVED AT THE PLACE DESIGNATED FOf1 THE RECEIPT C F OFFERS PHIGfi TO Tr$ HOUR AND DATE SPECIFIED IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire ta change an offee alreafy submitted, such change may be made by televarn o letter, provided each telegram or letter rnakes reference to the solicitation and this amendment and is receiud trior to the opening hour and date specified.

12. ACCOUN TING AND APPHOPHI ATION DAT A (if regesared)

APPN No. 31 X0700.508 FIN No. 01020-8 BF.R Mo . 50-19-03-01 ORLIGAID $759 300 'in

{

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CON t 9 ACTS /0RDE RSs

) (T MOO!FIESTHE CONTRACT /ORDEP NO. AS DESCRIBED IN ITEM lt A. T H15 CHANs2 E ORDER IS 155UE0 PUi45UAN T TO: (Specify euthority) YHL CHAT 4G C5 $CT FO541 H led iT EM la AH L M AOC IN T HE CON-g T R ACT ORDER NO. IN $T EM loa.

(

m !f G. THE AGOVE NUMOCREO CONTR ACT/OROER ts MOOlFIEO TO REFLECT 7t4E ADMINISTR ATtvE CHANGES (s ch es thentes in payent offect appropriation date, etc.J SET FOR TH IN ITEM 14. PUR5U ANT TO THE AUTHORITY 08f F AR 43.103(c).

C. THas SusmLEMEN T AL AG RCCMCN T Ib EN T ERCO (N'O PURSU AN T TO AU THOH 4 T Y 082:

X C.I .3 and F.2 tiy mutual aqreement D. O T,HER t$pecify type of modsfucat on.and outnorst vl E. IMPORT ANT: Contractor O o ooi. Bis,cou;<co10sisainisaccomeote,e,e,orn 2 Con;es to tne usein, ott;Ce TaTUCSC H sPt eOH OF AMLNOMCH Tfuoon t eC A T tote (0<conited by UCP sect <on heedents. inchadant sohce te tsontcon cree t se. Met

  • nester senere less* 6k s a

f l

SEE ATTACHE 0 PAGES l-I e-E RC401 es 0.ovided 9terein, dit tertvis and condellons df the do<untent feief enCed in 11ern 9 A or 104. as r$eretof o'e Changed. een' dens un(J a9t d dad in 'w" ' O' C e and etteCt.

I isA. n Auc ANO i n oc or sicNca trice or e-,s u A. N A. t ANO vi ru Or CON: u AC rir4a Or. Cc4 tri,e er enno l

\ g c L f 6d(flJ bh'T//

f/oy E. w.u/Any s tio3s .,. y, yins

. no. <.oN i o AC Oafor o ,

nC onH,voNc0 6.i o st Arcs Or tu.cA pcOaii.vcNC i Orhb . ? ~..en. 2 ~ .....rn, Y N ]81 ** Y .d..~. p , b ,-., y/yM l N naoos.ntao70 in s o , sf Artut sto rUnta Oa 'e

~Cv.Ous w ' ON or*Usauu 8805030467 080422 PDR

"' ' " " ' ' ' ^ "

CONTR
NRC-02-05. nog pop

~ .

Contract No. NRC-02-85-008 Modificatico No.10 Page 2 of 3 l I

The purpose of this modification is to incorporate the Statement of Work and the Total Estimated Cost for the first option year. As a result of this j modification, the cost ceiling of the subject contract is revised to reflect the final agreement of the parties on the total amocnt of cost and fee applicable for the work during the first option year.

Under modification No. 9, the Estimated Cost and Obligation amounts were f increased to provide the temporary ceiling increase of $40,000.00 for the  !

first year option pending completion of negotiations. Upon completion of ]

negotiations, it was detenniued that the Total Estimated Cost Plus Fixed Fee i for the first year option is $299,800.00. Therefore, this modification hereby j

- provides authorization and funding for the remaining $259,800.00. 1 Accordingly, the following changes are made: )

1. During the first yeer optior (January 20, 1988 through January 19,1989),

the Contractor shall perform work in accordance with the requirements specified in the attached Statement of Work, which is incorporated herein  ;

'under Section C - Description / Specifications / Work S_tatement of the confract. The Contractor's proposal, dated February 29, 1988, is hereby incorporated by reference.

2. Un Section B - S_upplies or Services and Prices / Costs, paragraph B.2 is revi d to read as follows:

"The Total Estimated Cost and Fixed Fee is hereby increased from

$865,241.00 by $259,800.00 to $1,125,041.00. Of which amount the Total Estimated Cost amount of $804,112.00 is hereby increased by $237,593.00 to $1,041,705.00 and the Fixed Fee of $61,129.00 is hereby increased by

$22,207.00 to $83,336.00." ,

3. Under Section G - Contract Administration Day, paragraph G.1, Consideration is revised to read as follows:

"Estimated Cost, Fixed Fee and Oblication

1. It is estimated that the total cost to the Government for full performance of this contract will be $1,125,041.00 of which the sum of

$1,041,705.00 represents the estimated reimbursable costs, and of which

$83,336.00 represents the fixed fee.

2. Total funds currcntly available for payment and allotted to this contract are $1,125,041.00, of which $1,041,705.00 represents the estimated reimbursable costs, and of which 183,336.00 represents the fixed fee."

~

1 Contract No. NRC-02-85-008 Modification No. 10 Page 3 of 3

4. Under Section G.2, Overhead / General and Administrative Rates, paragraph B.

is revised to read as follows:

"B. Pending the establishment of final general and administrative rates which shall be negotiated based on audit of actual costs, the contractor shall be reimbursed for allowable indirect costs hereunder at the provisional rates set forth below:

Period Rate Base 09/25/85'- 04/30/86 47!E6% Total Direct Costs and Overhead 05/01/86 - 01/19/89 61% Total Direct Costs and Overhead"

5. Under Section H - Special Contract Requirements, paragraph H.1, Key Personnel, subparagraph (a) is modified as follows:

The following names are hereby deleted:

"1. Jeffrey Brown

2. Noel Krothe g- 3. Charles Smith" The following names are hereby added:

"1. John Riley

2. Dan Evans *
3. Dick Parizek
4. Tom Lachmar
5. Barbara C. Williams
6. Kenneth Sprenke" As a result of this modification, the contract ceiling is increased from

$865,241.00 by $259,800.00 to $1,125,041.00. All other terns and conditions of this contract remain unchanged.

y a -

C C ATTACHMENT A Statement of ' Work For The First Option Year Under Cont'ract No. 02-85-008 TASK I (50%): TECHNICAL ASSISTANCE IN REVIEWING THE HYDR 0 GEOLOGIC IhVESTIGATIONS OF THE NEVADA NUCLEAR WASTE STORAGE INVESTIGATIONS PROJECT (NNWSI)

Subtask 1.2: Review of DOE Site Activities, Reports and Other Relevant Technical Documents (NNWSI)

DOE is now conducting major programs of laboratory and field testing related to the hydrogeology of both the saturated and unsaturated zones. Early and ongoing technical reviews are essential to assure that this work is providing information needed for licensing. These reviews involve evaluating specific data and detailed infomation on how data were collected and analyzed to establish independently data relevance and quality.

, Effective review requires keeping current with the large volume .of -data being generated to assure DOE's program is directed toward resolving licensing issues. Therefore, it is anticipated that work under this subtask will continue throughout the period of performance of this option -

year. Reviews urider this'subthsk:shall be .in two forms:

A. The cor. tractor sha~tl review and comment on DOE NNWSI data reports and technical documents and other relavaat technical documents as directed by the NRC Project Officer. Revie,ts shall include a brief sumary of the document, evaluation of the techr&al quality of the document and a discussion on how the document is relatei to or affects issue resolution (refer to Exhibit 2 for an example format). It is estimated that such document reviews will vary in length froa three (3) to ten (10) pages depending on the depth of information in the document. The contractor shall be allowed two (2) weeks to review any and each individual document. It is estimated that the contractor will be required ~to review fo'rty-five (45) documents per year throughout the period of perfomance of this option"pear,

8. The contractor shall participate in NRC/D0E technical meetings related to NNWSI site activities. These meetings will involve discussion, reviews of data, and plans for future testing. It is estimated that the contractor will participate in two (2) NRC/ DOE technical meetings (one in Silver Spring, Maryland, and one in Nevada) and one (1) site field trip (5 days duration, each) per year during the period of perfomance of this option year.

~

~

Fi(. Option Year SON For Contract No. 02-85-008 Page 2 Subtask 1.3: Conceptual Model Evaluation (NNWSI)

The contre.ctor shall evaluate existing conceptual models of the groundwater flow system (in particular, radionuclide . transport pathways) based on data / inform.1 tion developed in Subtask 1. 2. In addition, the contract 6r shall detennine the need to develop and evaluate alterna te conceptual models which may be supported by the existing data base. If such alternate conceptual models are supported by the existing data base, the contractor shall continue to develop and evaluate them. Evaluation of conceptual models shall consider both regional and local (Yucca Mountain) scales including both the saturated and unsaturated zones. Appropriate consideration should be 'given to geologic . hydrogeologic, geophysical and hydrochemical infonnation when evaluating and/or developing the conceptual models.

Within six-(6) months after initiation of the contract the contractor shall submit a letter report containing the qualitative evaluation of conceptual j models. This evaluation shall include: -

A. Descriptions B. Illustrations C. Geologic, nydrogeologic, geophysical, and hydrochemical bases D. Consideration of anticipited future conditions E. Discussions of areas of uncertainty F. Areas of additional data needs The contractor shall be required to update conceptual modefs ~ semi-annually throughout the period of perfunnance of this option year.

Subtask 1.4: Review of Site Characterization Plan (NNHSI) (Optional Task) '

1 Under NWPA (Sec.113 (b)(1) 90E +1s required to develop a Site Characterization Plan for sites nominated as a candida te repository. Upon receipt of an SCP l the NRC will have, at most, four months to complete review of this comprehensive I document. Under receipt of the $CP the contractor shall review the document in accordance with the review plaa developed by the NRC (refer to attached Administrative and Technical Review Plans for guidance on scope ar. content of review for use in proposal prepara tion) .

I l

l

i i o

( .

Fir [stOptionYear.S0WFor

- Contract No.'02-85-008

  • Page 3 m w*'

TASK 2(2.5%): TECHNICAL ASSISTANCE IN REVIEWING THE HYDRDGE0 LOGIC INVESTIGATIONS OF THE BASALT WASTE ISOLATION PROJECT (BWIP)

Subtask 2.6: Technology Transfer To CNWRA To close out activities related to the BHIP Program in an orderly manner, the contractor shall transfer to the CNWRA in Antonio, Texas, summary reports on past activities and products such as reference bibliographies, data bases, document reviews and conceptual and numerical analyses for retention. It is estimated this effort will require at least one (1) trip to the CNWRA in San Antonio, Texas of approximately three (3) days duration. All technology transfer activities shall be completed-within five (5) months.

TASK 3(2.5%): TECHNICAL ASSISTANCE IN REVIEWING THE HYDR 0GE0 LOGIC INVESTIGATIONS OF THE SALT REPOSITORY PROJECT OFFICE SALT SITES (SRPO)

Subtask 3.6: Technology Transfer To CNWRA To close out activities related to the SRP0 Program in an orderly manner, the (

contractor shall transfer to the CNWRA in Antonio, Texas, summary reports on past activities and products such as reference bibliographics, data bases,

- document reviews and conceptual and numerical analyses for retention. It is estimated this effort will require at least one (1) trip to the CNWRA in San Antonio, Texas of approximately three (3) days duration. All technology transfer activities shall be completed within five (5) months, 1

l TASK 5 (45%): PREPARATION AND REVIEW OF ISSUE-RELATED TECHN'ICAL REPORTS FOR POTENTI AL DOE HLW REPOSITORY SITES Based on work donc previously by the NRC and by the -contractor under previous tasks of this con trac t , specific hydrogeologic site issues will have been identified and refined for each site identified by DOE as a potential HLW i repository site. Specific issues are usually questions about sigaificant  !

conditions and processes (information needed) that must be considered in l assessing the performance objectives of 10 CFR 60. During NRC's review of DOE '

site characterization prog rams , specific technical questions or concerns are l anticipated to arise related to:

A. Information needed to resolve issues.

B. Degree to which existing information, investigative methodology and techniques serve to resolve issues.

C. Adequacy of DOE plans to resolve issues.

l ., .c '

(~ ('

l Fir'ts Option Year 50W for

. Contract flo. 02-85-On8

- Page 4 Technical reports prepared by the contractor under this subtask will be used as technical support in preparation of either specific Site Technical Positions (STPs) or Generic Technical Positions (GTPs) by NRC technical staff. Given the uncertain and anticipated variable nature of these reports it is impossible to specify either topical areas or level . of effort required for any individual technical report at this.. time.

The contractor.shall prepare issue related technical reports on topical areas identified and as directed by the NRC Project Officer. It anticipated that efforts under this subtask will continue throughout the period of performance of ttiis ' contract. The total level of effort for this subtask is anticipated not to exceed forty-five. ('45) percent of the total option.yehr. l'evel of effort.

All Exhibits referred to under Section C.1.3 are contained in Attachment No. 7 of this contract.

o

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ . . _ . _ _ . . . _ _ _ _ _ _ _ _ _ _ _ _ _ _ _