ML20141M024

From kanterella
Revision as of 14:18, 11 December 2024 by StriderTol (talk | contribs) (StriderTol Bot change)
(diff) ← Older revision | Latest revision (diff) | Newer revision → (diff)
Jump to navigation Jump to search
Issues Solicitation for Commercial Items or Svcs for Project Entitled, Financial Mgt Advice & Guidance
ML20141M024
Person / Time
Issue date: 05/29/1997
From: Webber R
NRC OFFICE OF ADMINISTRATION (ADM)
To:
NRC OFFICE OF ADMINISTRATION (ADM)
References
CON-GENERAL NUDOCS 9706040140
Download: ML20141M024 (65)


Text

- - ________ _ __ _ _ _ _ _ _ _

fMi:o 43 -

--S UNITED STATES

[

j NUCLEAR REGULATORY COMMISSION o

t WASHINGTON, D.C. 20'sc008 8

%,..... #o MAY 2 91997

SUBJECT:

REQUEST FOR PROPOSAL NO. RS-CON-97-205 ENTITLED

" FINANCIAL MANAGEMENT ADVICE AND GUIDANCE" OFFERORS:

The U.S. Nuclear Regulatory Commission (NRC) is issuing a solicitation for Commercial Items or Services for the project entitled above.

The full scope of work anticipated is as set forth in Part B.

It is our intention by this solicitation to secure the best qualified organization available to perform this project, cost and other factors considered.

The solicitation package is enclosed.

If you desire to respond, your proposal should address the proposal requirements set forth in Section D, Article D.1 52.212-1 INSTRUCTIONS TO OFFERORS, of the solicitation.

PLEASE NOTE THE INSTRUCTIONS PROVIDED IN SUBPARAGRAPH "(b) Submission of Offers" REGARDING MAILING AND HAND-DELIVERY INSTRUCTIONS FOR PROPOSALS.

All proposals will be evaluated against the evaluation criteria shown in SECTION D, Article D.3 52.212-2 EVALUATION--COMMERCIAL ITEMS.

If you have any questions concerning the requirements of this solicitation, please contact the undersigned, on (301) 415-6736 (collect calls will not be accepted).

Sincerely, h

  • lY W

\\ Robert B. Webber, Contracting Officer

\\ Division of Contracts

Enclosures:

As stated I

{hD I

)

9706040140 970529

-CO 205 PDR _

f{fffllffllllf{lllllll fllll g400M

..,..-r

-. - ~

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

a TABLE OF CONTENTS PAGE

' CONTRACT-CLAUSES 4

4

.B.1 Statement'of Work B.2.

Contract Objective 4

~

B.3 Financial Management Advice and Guidance 4

B.4 Financial Statement Preparation 4

j B.5 Account Reconciliation.

5 B.6 Accounting Assistance 7

l B.7 Labor Categories / Personnel Qualifications 9

B '. 8

.52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL.

10 t

l -.

ITEMS ~(MAY 1997)

B.9

.52.216-18 ORDERING (OCT 1995) 14 l

l

-B.10-52.216-19'6RDER LIMITATIONS (OCT 1995) 14 l

B.11 52.216-22 INDEFINITE QUANTITY (OCT 1995) 15 B.12 ORDERING PROCEDURES (MAY 1991) 16 r

B.13 52.217-9 OPTION TO EXTEND THE TERM OF THE 16 CONTRACT (MAR 1989) t B.14 PLACE OF INSPECTION AND' ACCEPTANCE (MAR 1987)

?

16 j

l-B.15 USE OF AUTOMATED CLEARING HOUSE (ACH) 16 ELECTRONIC PAYMENT I

B.16 SITE ACCESS BADGE PROCEDURES (FEB 1995) 17 B.17 NRCAR 2052.204-71 SITE ACCESS BADGE 10 REQUIREMENTS (JAN 1993)

B.18 SECURITY REQUIREMENTS FOR AUTOMATED DATA PROCESSING 19 B.19 NRCAR 2052.215-70 KEY-PERSONNEL (JAN 1993) 21 B.20 NRCAR 2052.215-72 PROJECT. OFFICER. AUTHORITY' 22 ALTERNATE _1 (JAN 1993)

B.21 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO 23 IMPLEMENT. STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 1996)

CONTRACT DOCUMENTS,' EXHIBITS, OR ATTACHMENTS 27 C.1 ATTACHMENTS (MAR 1987) 27 SOLICITATION PROVISIONS 28 D.1 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS 28 g

l (OCT 1995)

~D.2 52.216-1 TYPE OF CONTRACT (APR 1984) 30 D.3 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 1995) 30 j.

D.4 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS 31 l

COMMERCIAL ITEMS (JN9 1997)

D.5 52.233-2. SERVICE OF PROTEST (AUG 1996) 40 i

.i 1

i i

.l

SOLICITATION / CONTRACT / ORDER FOR COMMERCIAL ITEMS.-.

Page.1 of 1

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 1.

REQUISITION NUMBER 2.

CONTRACT NO.

3.

AWARD / EFFECTIVE DATE' CON-97-205 i

4.

ORDER NUMBER 5.

SOLICITATION NUMBER 6.

SOLICITATION ISSUE RS-CON-97-205 DATE 5/27/97 7.

FOR SOLICITATION

a. NAME b.

TELEPHONE NUMBER j

INFORMATION CALL ROBERT B. WEBBER (No collect calls)

(301) 415-6736 I

8.

OFFER DUE DATE/ LOCAL TIME 6/20/97 3:00 P.M.

l l

9.

ISSUED BY l Code:

10. THIS ACQUISITION IS

[] UNRESTRICTED 1

l U.S. Nuclear Regulatory Commission

[X) SET ASIDE 100% FOR Division of Contracts

[X) SMALL BUSINESS Technical Acquisition Dr. No. 2

[ ] SMALL DISADV. BUSINESS i

Washington, DC 20555

[ ] 8 (A)

SIC: 8721 SIZE STANDARD: $6,000,000

11. DELIVERY FOR FOB
12. DISCOUNT TERMS 13a. THIS CONTRACT IS A DESTINATION UNLESS-RATED ORDER UNDER BLOCK IS MARKED DPAS (15 CFR.700)

[] SEE SCHEDULE 13b. RATING l

l

14. METHOD OF SOLICITATION

[] RFQ

[ ] IFB

[X) RFP l

15. DELIVERY TO l CODE O
16. ADMINISTERED BYl Code: 0 l

LIf other than Item 5) l 17a. CONTRACTOR / OFFEROR 1Ba. PAYMENT WILL l CODE 0 Code:

BE MADE BY Facility Code:

l j

U.S.

Nuclear Regulatory Commission Div. of Accounting & Finance GOV /COM Accounting Section i

(

Washington, D.C.

20555 TF.LEPHONE NO.

Page 1 of 40 i

l 1

1 l

SOLICITATION / CONTRACT / ORDER FOR COMMERCIAL ITEMS (Continued)

[] 17b. CHECK IF REMITTANCE IS 18b. SUBMIT INVOICES TO THE ADDRESS i

DIFFERENT AND PUT SUCH ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK IN OFFER BELOW IS CHECKED

[ ] SEE ADDENDUM j

19 20 21 22 23 24 i

ITEM NO SCHEDULE OF SUPPLIES QUANTITY UNIT UNIT PRICE AMOUNT SERVICES The Contractor shall provide the services described herein j

at the prices set forth in Attachment 2.,

Schedule of Prices. With the exception of services described in Section B.6.1 through B.6.3, all work shall be performed on a task order, labor hour basis.

i

25. ACCOUNTING AND APPROPRIATION DATA
26. TOTAL AWARD AMOUNT 4

(For Govt Use Only)

[X) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, l

FAR 52.212-4.

FAR 52.212-3, FAR 52.212-5 ARE ATTACHED.

l ADDENDA [] ARE [X) ARE NOT ATTACHED.

{:) 27b. CONTRACT / PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4.

FAR 52.212-5 IS ATTACHED, ADDENDA [X) ARE [ ] ARE NOT ATTACHED.

i

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN COPIES I

[] TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL l

ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN, 29.

AWARD OF CONTRACT: REFERENCE

[} OFFER DATED YOUR OFFER ON SOLICITATION (BLOCK 5),

INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN ARE ACCEPTED AS TO ITEMS:

1 i

Page 2 of 40 4

l

_ _ ~... _.

L i

SOLICITATION / CONTRACT / ORDER FOR COMMERCIAL ITEMS (Continued) r 30a. SIGNATURE OF OFFEROR / CONTRACTOR 31a. UNITED STATES OF AMERICA i

(SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)

(TYPE OR PRINT) l ROBERT B. WEBBER

{

f 30c. DATE SIGNED 31c. DATE SIGNED l

32a. QUANTITY IN COLUMN 21 HAS BEEN 32b. SIGNATURE OF AUTHORIZED 32c. DATE !

[ ] RECEIVED [] INSPECTED GOVT. REPRESENTATIVE l

l

[ ] ACCEPTED AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED l

33. SHIP NUMBER
34. VOUCHER NUMBER
35. AMOUNT VERIFIED CORRECT FOR l

PARTIAL FINAL

36. PAYMENT
37. CHECK NUMBER

[] COMPLETE [ ] PARTIAL [] FINAL

38. S/R ACCOUNT NUMBER
39. S/R VOUCHER NUMBER
40. PAID BY 41a.

.I CERTIFY THIS ACCOUNT IS CORRECT FOR PROMPT PAYMENT 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE 42a. RECEIVED BY (PRINT) 42b. RECE5VED AT (Location) 42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS AUTHORIZED FOR LOCAL PRODUCTION STANDARD FORM 1449 (10-95) l l

PRESCRIBED BY GSA-FAR (4 8 CFR) 53. 212 '

OMB NO.:9000-0136 Expires: 09/30/98 l

i 1

i i

+

l Page 3 cf 40

_. ~

CONTRACT CLAUSES B.1 Statement of Work The Offica of the Controller (OC) of the Nuclear Regulatory Commissica (NRC) requires a Contractor to provide financial management advice and guidance concerning new and emerging accounting issues that affect the NRC's annual financial statements, assist in the preparation of the annual financial statements, perform account reconciliations and provide accounting assistance in the areas of commercial payments, federal payment voucher tracking, debt collection, and travel accounting.

I l

B.2 Contract Objective l

The Contractor shall provide financial management advice and guidance as described below. With the exception of those services described in Section B.6.1 through B.6.3, all services shall be requested on a labor hour, task ordering basis.

B.3 Financial Management Advice and Guidance i

1.

The Contractor shall advise the Division of Accounting and Finance concerning the affects on the annual financial statements of new and emerging issues (e.g. revisions to Statements of Federal Financial Accounting Standards).

2.

The Contractor shall provide realistic recommendations l

on how to correct identified financial weaknesses l

(e.g. internal controls) and assist with the l

implementation of the corrective actions.

3.

The Contractor shall perform various reviews (e.g.

compliance with user fee related legislation, such as The Omnibus Budget Reconciliation Act of 1990 as amended) as outlined by the NRC Project Officer.

These reviews may result in recommendations for improvements to internal controls and/or systems.

4.

The Contractor shall assist NRC with preparing accounting information requested by OMB as it relates to the annual financial statement.

B.4 Financial Statement Preparation i

1.

The Contractor shall assist in the preparation of NRC's annual unaudited financial statements.

This work shall include the preparation of drafts of the following: Statement of Financial Position, Statement of Operation and Changes in Net Position, Page 4 of 40

D.4 (Continued)

Statement of Cash Flows, and Statement of Budget and Actual Expenditures, and associated footnotes and' supplemental information that will be reviewed and approved by the Project Officer.

2.

The Contractor shall assist in the preparation of the necessary audit adjustments to the financial statements, including suggested general ledger postings, for review and approval of the Project Officer.

3.

The contractor shall provide compilation work papers (with proper referencing) to support the financial statement balances.

l B.5 Account Reconciliation 1.

Equipment Inventory The Contractor shall determine value by direct review and analysis of payment documents and maintain detailed accounting data (e.g. contract invoices, receiving reports) sufficient for support of the general ledger property account balances.

The Contractor shall prepare adjustments to the general ledger property accounts as necessar/ and reconcile the ledger with the Division of Property Management's (DPM) property management system inventory. The Contractor shall develop a depreciation schedule reflecting the amounts to be charged monthly.

Following the close of each month, the Contractor shall provide: (a) a list of discrepancies identified between the DPM system and the detailed accounting property system; (b) a list of adjustments for the general ledger and for the DPM system; (c) a summary of the effect on the general ledger account balances, (i.e.,

beginning balance, adjustments, ending balance) and (d) an analysis of chronic problems and recommended solutions.

Following the close of each quarter, the Contractor shall provide a detailed financial equipment inventory including the current period depreciation schedule.

2.

ADP Software Inventory The Contractor shall determine the value of ADP contractor develope 4 and off the shelf software by direct review and analysis'of payment documents and maintain detailed accounting data sufficient for support of the general ledger ADP Capitalized software account balances and the associated monthly amortization expense.

Following the close of each month, the Contractor shall provide:

(a) a list of adjustments to the general ledger ADP property accounts as necessary; (b) a summary of the effect Page 5 of 40 1

B.5 (Continued) on the general ledger account balances; (c).an analysis of chronic problems and recommended solutions.

Following the close of each quarter, the Contractor shall provide a detailed financial ADP software inventory including the current period amortization' schedule.

3.

Leasehold Inventory The Contractor shall determine the value of leasehold improvements by direct review and analysis of payment documents and maintain detailed accounting data sufficient for support of the general ledger capitalized leasehold improvement account balances and the associated monthly amortization expense. Following the close of each month, the Contractor shall provide: (a) a list of adjustments to the general ledger leasehold improvement accounts as r.ecessary; (b) a summary of the effect on the f

general ledger account balances; (c) an analysis of chronic

=

problems and recommended solutions.

Following the close of each quarter, the Contractor shall provide a detailed financial leasehold improvement inventory including the l

current period amortization schedule.

4.

Payroll The contractor shall review payroll data for each pay period maintained in the payroll system and reconcile with the

(

payroll recorded in the general ledger by account and object class.

Following the close of each month, the Contractor shall provide: (a) a list of adjustments necessary for the general ledger; (b) a summary of the effect on general ledger account balances; and (c) an analysis of chronic problems and recommended solutions.

5.

Cash Reconciliation Review The contractor shall review the cash reconciliation each month to assure accuracy, timeliness and completeness.

Following the close of each month, the Contractor shall provide a summary of any problems encountered and suggested corrective action.

6.

Deposit Clearing Account Review The Contractor shall review the deposit and clearing account l

reconciliati6ns each month to assure accuracy, timeliness and completeness.

Following the close of each month, the j

Contractor shall provide a summary of any problems encountered and suggested corrective action.

7.

General Ledger Accounts not Specifically Listed t

Page 6 of 40 1

--=

B.5 (Continued)

The Contractor shall perform general review and oversight of all general ledger accounts to ensure accuracy. In addition to the accounts specifically outlined above, the Contractor may be required to perform monthly reviews of other general ledger accounts containing material account balances.

The review should be thorough enough to insure that year end compilation work papers can be accomplished without major adjustments.

B.6 Accounting Assistance The Contractor shall perform the services described in paragraphs 1 through 3 below on a firm fixed pr.< e basis. The services described in paragraph 4 are to be performed on a labor hour, task ordering basis.

i 1.

Commercial Payments l

The Contractor shall schedule all commercial purchase order invoices (approximately 8,000 annually) and training order invoices (approximately 2,500 annually) for payment.

The invoices shall only be paid after a review to determine that the appropriate NRC official has prepared and signed the procurement document, that the appropriate NRC official i

has completed and signed the receiving report (approximately

)

[

35% require contacting the receiving official), and that the l

invoice matches the terms and conditions of the procurement document. The Contractor shall also ensure that assigned j

invoices are scheduled in a manner consistent with the l

Prompt Payment Act (i.e., payment is made within 30 days of the acceptance date or invoice date whichever is later).

2.

Federal Payment Voucher Tracking and Follow Up The Contractor shall perform monthly tracking by FFS entry l

of internal voucher approvals of government vouchers l

(approximately 4,800 annually) and prepare monthly and j

quarterly status reports.

Each month, the Contractor shall issue follow up memos and backup for delinquent voucher I

approvals to the appropriate office.

Following the close of each quarter, the Contractor shall provide a status report on Agency approvals of government vouchers to the Project Officer.

3.

Debt Collection The Contractor shall maintain the general ledger accounts receivable in FFS. The Contractor shall verify that all

)

collections received daily are entered into FFS. The Contractor shall research payment histories and generate Page 7 of 4 0

B.6 (Continued) reports as required.

Annually, the NRC receives approximately 1,000 Fedwire payments, 5500 lockbox payments, 150 automated clearing house payments, 100 government payments, and 10,000 check payments.

The Contractor shall verify that the individual deposits are recorded on the appropriate schedule prior to distribution and that appropriate invoice information is included on the l

l schedules.

The Contractor shall reconcile the paper copy of checks (deposits) received from the lockbox (5,500 annually) with the electronic download summary computer report within t

five working days from the date of download. The Contractor shall verify that deposits shown on the electronic summary l

computer listing match the paper copy of the checks. The l

Contractor shall process and distribute certificates of deposit, identifying all deposits forwarded from the lock box bank, including those which.have not been coded to an outstanding receivable account, and credit the correct i

receivable within two working date from the date of receipt.

The Contractor shall prepare the billing documents (approximately 500 annually) for debts identified by the agency in the areas of indemnity fees, delinquent travel advances, employee invoices, civil penalties, commercial payments, and reimbursable invoices.

All bills are to be issued within two working days from the date of receipt of information (memoranda from a responsible NRC official) sufficient to issue a bill. The Contractor shall follow up within five working days for unpaid delinquent accounts, including civil penalties, by providing a report of the unpaid invoices to the Project officer. The Contractor shall prepare and issue a second and final notice at 30-day intervals for the overdue receivables. At month end, the Contractor shall ensure that all receivables are posted to the monthly cut-off date. The Contractor shall assist in preparing installment plans for debtors. Installment plans are to be prepared within five working days.

The Contractor shall prepare monthly reports (both internal and external) on billings and collections, including U.S.

Treasury reports.

Aging reports are due within two working days following the close of the accounting period. Ad hoc reports should be completed within five working days from the date of receipt. The Contractor shall prepare the civil penalties report monthly. The Contractor shall assist in

~

preparing an aging report on all outstanding receivables due within five working days from the date of tne close of the accounting period.

The contractor shall identify l

new accounts receivable and enter data into FFS prior to l

month-end closing.

The Contractor shall prepare a report on all overpayments within five working days from the date Page 8 of 40 i

B.6 (Continued) of receipt if the payment is not to be applied to another account. The Contractor shall reconcile the statement of difference from Treasury within five working days from the date of receipt and correct any transaction errors in FFS.

4.

Travel Accounting The Contractor shall reconcile the travel payment clearing account.

The Contractor shall prepare the accounting entry to reimburse the third party payor of travel advances I

(approximately 1000 annually).

The Contractor shall review a daily sample of documents entered into FFS i

(approximately 5000 annually) and report on and correct i

identified errors. The Contractor shall review monthly i

travel reports to identify and correct unliquidated l

registration fees and airline tickets in instances where vouchers have been filed. The Contractor shall l

process travel accounting corrections.

l l

B.7 Labor Categories / Personnel Qualifications It is expected that the following four (4) labor categories shall be required under this contract:

1.

Partner;

2. Manager;
3. Senior Accountant; and 4. Accountant. It is expected that a Firm's Partner shall be required to review financial compilations and other major work products. In addition, the Partner shall be required to provide much of the advice and guidance described in Section B.2.1.

The Manager shall be required to provide supervision to the Senior and Junior Accountants. The Senior Accountant shall be required to perform the more complex tasks to be ordered under this i

this contract.

The Contractor shall provide personnel that meet the minimum qualifications stated below.

l 1.

Partner.

The Partner shall possess a four-year degree in Accounting and be a Certified Public Accountant.

The j

Partner shall have ten years of experience.in Accounting, of which five years should have been gained in Federal Government Accounting assisting in the preparation of Chief Financial Officer Act Financial Statements.

l 2.

Manager.

The Manager shall possess a four-year degree in Accounting and be a Certifed Public Accountant.

The Manager shall have five years of experience in Accounting, of which three years should have been gained in Federal 2

Government Accounting.

3.

Senior Accountant.

The Senior Accountant shall possess a Page 9 of 40

= -. _

l B.7 (Continued) four year degree in Accounting and be a Certified Public Accountant. The Senior Accountant should have three years experience in Accounting.

4.

Accountant.

The Accountant shall possess a four year degree in Accounting and be actively working towards his/her accreditation as a Certified Public Accountant.

B.8 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAY 1997)

(a) Inspection /Accentance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract.

The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance.

The Government may require repair or replacement l

of nonconforming supplies or reperformance of nonconforming services at no increase in contract price.

The Government j

must exercise its post-acceptance rights (1) within a i

l reasonable time after the defect was discovered or should have i

been discovered; and (2) befcre any substantial change occurs l

j in the condition of the item, unless the change is due to the l

defect in the item.

1 l

(b) Assianment. The Contractor or its assignee's rights to be l

paid amounts due as a result of performance of this contract, l

may be assigned to a bank, trust company, or other financing l

institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727).

j l

(c) Chances. Changes in the terms and conditions of this j

l contract may be made only by written agreement of the parties.

)

I i

(d) piscutes. This contract is subject to the

ract Disputes Act of 1978, as amended (41 U. S. C.

601-613).

Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.

(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.

(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without j

its fault or negligence such as, acts of God or the public Page 10 of 40 i

4

b i

B.8 (Continued) enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine i

restrictions, strikes, unusually severe weather, and delays of common carriers.

The Contractor shall notify the contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the i

cessation of such occurrence.

l (g) Invoice. The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized,) to the address designated in the contract to receive invoices.

An invoice must include--

(1) Name and address of the Contractor; f

(2) Invoice date; (3) Contract number, contract line item number and, if applicable, the order number; j

(4) Description, quantity, unit of measure, unit price and extended price of the items delivered; (5) Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading; l

(6) Terms of any prompt payment discount offered; l

(7) Name and address of official to whom payment is to be l-sent; and l

(8) Name, title, and phone number of person to be notified in event of defective invoice.

Invoices will be handled in accordance with the Prompt Payment Act (31 U.S. C.

3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment.

Contractors are encouraged to assign an identification number to each invo1Ce.

(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or r

i contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and t

Page 11 of 40 3

l l

B.8 (Continued) proceedings.

(i) Payment. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.

The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB)

Circular A-125, Prompt Payment.

Unless otherwise provided by an addendum to this contract, the Government shall make payment in accordance with the clause at FAR 52.232.33, t

Mandatory Information for Electronic Funds Transfer Payment, which is incorporated herein by reference.

In connection with any discount offered for early payment, time shall be computed from the date of the invoice.

For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if electronic funds transfer payment is made.

(j) Risk of loss. Unless the contract specifically provides i

otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the contractor until, and shall pass to the Government upon:

l (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Gover.2 ment at the l

destination specified in the contract, if transportation is f.o.b. destination.

(k) Taxes. The contract price includes all applicable Federal, i

State, and local taxes and duties.

(1) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience.

In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work.

Subject to the terms of this contract, the Contractor shall be pa-id a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The i

Contractor shall not be required to comply with the cost i

accounting standards or contract cost principles for this purpose.

This paragraph does not give the Government any right to audit the Contractor's records.

The Contractor shall 1

Page 12 of 40

m __

B.8 (Continued) h not be paid for any work performed or costs incurred which reasonably could have been avoided.

(m) 7ermination for cause.

The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance.

In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that f

the Government improperly terminated this contract for l

default, such termination shall be deemed a termination for L

convenience.

(n) Title.

Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the i

I Government takes physical possession.

l (o) warrantv.

The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.

t l

(p) Limitation of liabilitv.

Except as otherwise provided by an express or implied warranty, the contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.

(q) Other compliances.

The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.

(r) Compliance with laws unicue to Government contracts. The Contractor agrees to comply with 31 U.S.C.

1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C.

431 relating to officials not to benefit; 40 U.S.C 327, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C.

51-58, Anti-Kickback Act of 1986; 41 U.S.C.

251 related to whistle blower protections; and 49 U.S.C 40118, Fly American.

(s) Order of nrecedence.

Any inconsistencies in this l

solicitation or contract shall be resolved by giving precedence in the following order: (1) the schedule of supplies / services; (2) the Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause; (3) the clause Page 13 of 40

- ~

l B.8 (Continued) i at 52.212-5; (4) addenda to this solicitation or contract, including any license agreements for computer software; (5) solicitation provisions if this is a solicitation; (6) other l

paragraphs of this clause; (7) the Standard Form 1449; (8) other documents, exhibits, and attachments; and (9) the j

specification.

[End of Clause]

52.228-5 INSURANCE - WORK ON A GOVERNMENT JAN 1997 INSTALLATION 52.247-34 F.O.B.

DESTINATION NOV 1991 B.9 52.216-18 ORDERING (OCT 1995)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery ordcrs or task orders by the individuals or activities designated in the Schedule.

Such orders may be issued from August 18, 1997 through August 17, 1998.

)

i (b) All delivery orders or task orders are subject to the terms and conditions of this contract.

In the event of conflict between a delivery order or task order and this contract, the contract shall control.

i 1

(c) If mailed, a delivery order or task order is considered

]

" issued" when the Government deposits the order in the mail.

i t

Orders may be issued orally, by facsimile, or by electronic commerce methods only if. authorized in the Schedule.

)

[End of Clause)

I 1

B.10 52.216-19 ORDER LIMITATIONS (OCT 1995)

I (a) Minimum order. When the Government requires supplies or l

services covered by this contract in an amount of less than 8 labor hours, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order. The Contractor is not obligated to honor--

(1) Any order for a single item in excess of the estimated ceiling amount of the contract.;

(2) Any order for a combination of items in excess of the I

estimated ceiling amount of the contract.; or (3) A series of orders from the same ordering office within 2 business days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above.

i I

Page 14 of 40 i

B.10 (Continued) i (c) If this is a requirements contract (i.e.,

includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in i

paragraph (b) above.

i (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph ( b'), unless that order (or orders) is returned to the ordering office within 5 business days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons.

Upon receiving this notice, the Government may acquire the supplies or services from another source.

{End of Clause]

B.11 52.216-22 INDEFINITE QUANTITY (OCT 1995)

(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule.

The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause.

The l

Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the " maximum."

The Government shall order at least the quantity of supplies or services designated in the Schedule as the " minimum.'

j i

I (c) Except for any limitations on. quantities in the Order Limitations clause or in the Schedule, there is no limit on j

the number of orders that may be issued.

The Government may l

issue orders requiring delivery to multiple destinations or l

performance at multiple locations..

l (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order.

The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after August 17, 1998.

k Page 15 of 40 l

l r

_m l

l I

B.11 (Continued)

[End of Clause]

l B.12

' ORDERING PROCEDURES (MAY 1991) i (a) In addition to the contracting officer, contract administrator, and project officer, the following individuals are authorized to issue delivery orders under this contract:

(b) All delivery orders shall be prepared in accordance with FAR 16.506 and may be issued in writing, orally, or by written telecommunications.

[End of Clause)

B.13 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 * ; provided, that the Government shall give the Contractor a preliminary written 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.

l (c) The total duration of this contract, including the exercise of 1

any options under this clause, shall not exceed five years..

[End of Clause)

B.14 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987)

Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the Project Officer at the destination.

[End of Clause)

B.15 USE OF AUTOMATED CLEARING HOUSE (ACH)

ELECTRONIC PAYMENT 1

It is the policy of the U.S.

Nuclear Regulatory Commission to pay Government vendors by the Automated Clearing House (ACH) electronic funds transfer payment system in lieu of a U.S.

l Treasury check.

The electronic system is known as Vendor Express.

Payment shall be made in accordance with FAR 52.232-28, entitled l

Page 16 of 40

  • 60 days prior to contract expiration

.-~

I B.15 (Continued)

" Electronic Funds Transfer Payment Methods."

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 j

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 l

T-9-E-2, Washington, DC 20555.

Once the Office of the Controller has processed the contractor's sign-up form, the contractor will begin to receive payments electronically via Vendor Express /ACH.

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

[End of Clause]

l B.16 SITE ACCESS BADGE PROCEDURES (FEB 1995) l The contractor shall ensure that all its employees, including any subcontractor employees and any subsequent new employees who are assigned to perform the work herein, are approved by the Government for building access.

Within ten working days after award of a contract, execution of a modification of a contract or proposal of new personnel for contract tasks, the firm so notified must furnish properly completed security applications for employees.

Timely receipt of i

properly completed security applications is a contract l

requirement.

Failure of the contractor to comply with this condition within the ten work-day period may be a basis to void the notice of selection.

In that event, the Government may select another firm for award.

The Government shall have and exercise full and complete control over granting, denying, withholding, or terminating building access approvals for individuals performing work under this contract.

Individuals performing work under this contract shall be required to complete and suomit to the contractor representative an acceptable Form 176 (Statement of Personal l

History), and two FD-258 (Fingerprint Charts) at least 48 hours5.555556e-4 days <br />0.0133 hours <br />7.936508e-5 weeks <br />1.8264e-5 months <br /> prior to performing services at the NRC.

The contractor Page 17 of 4 0 m

~.

~ _ _ -,.

B.16 sContinued) representative will submit the documents to the Project Officer who will give them to the Division of Security.

Since the NRC/ Government approval process takes 45 to 60 days or longer from receipt of acceptable security applications, the NRC may, among other things, grant or deny temporary building access approval to an individual based upon its review of the information contained in the GSA Form 176.

Also, in the exercise of its authority, GSA may, among other things, grant or deny permanent building access approval based on the results of its investigation and adjudication guidelines.

This submittal requirement also applies l

to the officers of the firm who, for any reason, may visit the l

work sites for an extended period of time during the term of the l

contract.

In the event that NRC and GSA are unable to grant a

temporary or permanent building access approval, to any individual performing work under this contract, the contractor is responsible for assigning another individual to perform the necessary function l

without any delay in the contract's performance schedule, or without adverse impact to any other terms or conditions of the contract.

The contractor is responsible for informing those affected by this procedure of the required building access approval process (i.e.,

temporary and permanent determinations),

and the possibility that individuals may be required to wait until permanent building access approvals are granted before beginning work in NRC's buildings, j

The contractor will advise the Project Officer, who, in turn; I

will advise the Division of Security, of the termination or l

dismissal of any employee who has applied for, er has been granted, NRC building access approval.

It is the responsibility l

of the contractor to obtain and return to the Division of Security, any photo-identification or temporary badge of an j

- individual who no longer requires access to NRC space.

[End of Clause)

B.17 NRCAR 2052.204-71 SITE ACCESS BADGE REQUIREMENTS (JAN 1993) l l

During the life of this contract, the rights of ingress and l

egress for contractor personnel must be made available as required.

In this regard, all contractor personnel whose duties under this contract require their presence on-site shall be clearly identifiable by a distinctive badge furnished by the Government.

The Project Officer 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 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 performance Page 18 of 40

f

}

+

l B.17 (Jontinued) under this contract.

It is the contractor's duty to assure that contractor personnel enter only those work areas necessary for performance of contract work, and to assure the safeguarding of l

any Government records or data that contractor personnel may come into contact with.

i 1

l

[End of Clauce]

l 1

l 1

i B.18 SECURITY REQUIREMENTS FOR AUTOMATED DATA PROCESSING j

l The proposer / contractor must identify all individuals and propose the level of ADP approval for each, using the following guidance.

The NRC l

sponsoring office shall make the final determination of the level, if l

any, of ADP approval required for all individuals working under this contract.

l The Government shall have and exercise full and complete control over granting, denying, withholding, or terminating building access l

approvals for individuals performing work under this contract.

CONTRACT SECURITY REQUIREMENTS FOR ADP LEVEL I Performance under this contract will involve prime contractor personnel, subcontractors or others who perform services requiring i

direct access to or operate agency sensitive automated information systems (NDP Level I).

The ADP Level I involves responsibility for the l

planning, direction, and implementation of a computer security program; l

major responsibility for the direction, planning, and design of a computer system, including the hardware and software; or the capability l

to access a computer system during its operation or maintenance in such a way that could cause or that has a relatively high risk of causing grave daniage, or the capability to realize a significant personal gain from computer access. Such contractor personnel shall be subject to the NRC contractor personnel security requirements of NRC Management i

Directive (MD) 12.3, Part I, which is hereby incorporated by reference l

and made a part of this contract as though fully set forth herein, and will require a Full Field Background Investigation (BI).

The l

contractor shall submit through the Project Officer to the NRC Division of Security (SEC) within fifteen (15) calendar days following award of contract, execution of a modification, or proposal of new personnel for work to be performed under the contract, a completed Personnel Security Forms packet including a Questionnaire for Sensitive Positions (SF-86) for all personnel requiring the investigation.

The contractor shall assure that all forms are accurate, complete, and legible (except for Part 2, Questionnaire for Sensitive Positions, which is required to be i

completed in private and submitted by the individual to the contractor in a sealed envelope).

Any questions regarding the individual's eligibility for ADP Level I approval will be resolved in accordance with the due process procedures set forth in MD 12.3, Exhibit 11. As l

Page 19 of 40

l l

B.18 (Continued) l set forth in MD 12.3, based on SEC review of the applicant's security forms and/or the receipt of adverse information by NRC, the individual may be denied access to NRC sensitive automated information systems and data until a final determination is made of his/her eligibility under the provisions of MD 12.3, Exhibit 11.

In accordance with NRCAR 2052.204-70, " Security," ADP Level I l

contractors shall be subject to the attached NRC Form 187 (See Section i

Exhibits for List of Attachments) which furnishes the basis for l

providing security requirements to prime contractors, subcontractors or others (e.g.,

bidders) who have or may have an NRC contractual relationship which requires access to or operation of agency sensitive automated information systems or remote development and/or analysis of sensitive automated information systems and data or other access to such systems and data; access on a continuing basis (in excess of 30 days) to NRC Headquarters controlled buildings or otherwise requires NRC photo identification or card-key badges.

1 CONTRACT SECURITY REQUIREMENTS FOR ADP LEVEL II Performance under this contract will involve contractor personnel who remotely develop and/or analyze sensitive automated information systems and data or otherwise have access to such systems and data (ADP Level II).

The ADP Level II involves responsibility for the direction, planning, design, operation, or maintenance of a computer system by an i

individual whose work is normally technically reviewed by an ADP I sensitivity level employee to ensure the integrity of the system; other positions involving a degree of access to a system that creates a significant potential for damage or personal gain but less than that of ADP Level I positions; and, all other computer or ADP positions.

Such contractor personnel shall be subject to the NRC contractor personnel requirements of Management Directive (MD) 12.3, Part I, which is hereby incorporated by reference and made a part of this contract as though fully set forth herein, and will require a National Agency Check with l

Inquiries and Credit Investigation (NACIC).

The contractor shall submit through the Project Officer to the NRC Division of Security within fifteen (15) calendar days following award of contract, execution of a modification, or proposal of new personnel for work to I

be performed under the contract, a completed Personnel Security Fcrms l

packet including a Questionnaire for Sensitive Positions (SF-86) for all personnel requiring the investigation. The contractor shall assure that all forms are accurate, complete, and legible (except for Part 2, Questionnaire for Sensitive Positions, which is required to be completed in private and submitted by the individual to the contractor in a sealed envelope).

Any questions regarding the individual's l

eligibility for ADP Level II approval will be resolved in accordance with the due process procedures set forth in MD 12.3, Exhibit 11.

As set forth in MD 12.3, based on SEC review of the applicant's security i

forms and/or the receipt of adverse information by NRC, the individual may be denied access to NRC sensitive automated information systems and Page 20 of 40

B.18 (Continued)

In accordance with NRCAR 2052.204-70, " Security," ADP Level II contractors shall be subject to the attached NRC Form 187 (See Section Exhibits for List of Attachments) which furnishes the basis for providing security requirements to prime contractors, subcontractors or others (e.g.,

bidders) who have or may have an NRC contractual relationship which requires access to or operation of agency sensitive automated information systems or remote development and/or analysis of sensitive automated information systems and data or other access to such systems and data; access on a continuing basis (in excess of 30 days) to NRC Headquarters controlled buildings or otherwise requires I

NRC photo identification or card-key badges.

CANCELLATION OR TERMINATION OF ADP ACCESS / REQUEST When a request for investigation is to be withdrawn or cancelled, the contractor shall immediately notify the Project Officer by telephone in order that he/she will contact the NRC Division of Security so that the investigation may be promptly discontinued.

The notification shall contain the full name of the individual, and the date of the request.

Telephone notifications must be promptly confirmed in writing to the Project Officer who will forward the confirmation to the NRC Division of Security. Additionally, the Division of Security must be immediately notified when an individual no longer requires access to NRC sensitive automated information systems and data, including the voluntary or involuntary separation of employmeat of an individual who has been approved for or is being processed for access approval under the NRC Computer Personnel Security Program.

B.19 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-Partner (2 personnel)

Manager (2 personnel)

Senior Accountant (2 personnel)

Accountant (2 personnel) i i

l The contractor agrees that personnel may not be removed from the contract work or replaced without compliance with l

paragraphs (b) and (c) of this section.

I (b) If one or more of the key personnel, for whatever reason, i

becomes, or is expected to become, unavailable for work under l

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 Page 21 of 40 l

u.

I i

B.19 (Continued) 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, subject to the concurrence of the contracting officer, promptly replace the personnel with personnel of at least substantially equal ability and qualifications.

i (c) Each request for approval of substitutions must be in writing and contain a detailed explanation of the circumstances I

necessitating the proposed substitutions.

The request must also contain a complete resume for the proposed substitute and l

other information requested or needed by the contracting l

officer to evaluate the proposed substitution.

The l

contracting officer or his/her authorized representative shall evaluate the request and promptly notify the contractor cf his or her approval or disapproval in writing.

i

\\

l (d) If the contracting officer determines that suitable and timely l

replacement of key personnel who have been reassigned, terminated, or have otherwise 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 contract may be terminated by the contracting officer for default or for the convenience 1

l of the Government, as appropriate.

If the contracting officer l

finds the contractor at fault for the condition, the contract i

i 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 B.20 NRCAR 2052.215-72 PROJECT OFFICER AUTHORITY ALTERNATE 1 (JAN 1993)

(a) The contracting officer's authorized representative, hereinafter referred to as the project officer for this l

contract is:

Name:

l Address:

2 Page 22 of 40 1

E.20 (Continued)

Telephone Number:

(b) The project officer shall:

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

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

(3) Review all c6ntractor invoices / vouchers requesting payment for products / services provided under the contract and make recommendations for approval, disapproval, or suspension.

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

[End of Clause]

l l

l

  • To be incorporated into any resultant contract l

l B.21 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO 1

IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 1996) j l

(a) The Contractor agrees to comply with the following FAR l

clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233., Protest After Award (31 U.S.C 3553).

(b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components:

XX (1) 52.203-6, Restrictions on Subcontractor Sales to the l

Government, with Alternate I ( 41 U. S. C. 2539 and 10 U.S.C.

2402).

l XX (2) 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U. S. C. 423).

XX (3) 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C.

637 Page 23 of 40

B.21 (Continued)

(d) (2) and (3) ) ;

(4) 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (15 U.S.C.

637 (d) (4 ) ) ;

(5) 52.219-14, Limitation on Subcontracting (15 U.S.C.

637 (a) (14 ) ).

XX (6) 52.222-26, Equal Opportunity (E.O. 11246).

XX (7) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C.

4212).

XX (8) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C.

793).

XX (9) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.

4212).

__ (10) 52.225-3, Buy American Act-Supplies (41 U. S. C.

10)

__ (11) 52.225-9, Buy American Act-Trade Agreements Act-Balance of Fayments Program (41 U. S. C.

10, 19 U.S.C.

2501-2582).

(12) Reserved.

(13) 52.225-18, European Union Sanction fcr End Products (E.O. 12849).

(14) 52.225-19, European Union Sanction for Services (E.O.

12849).

__ (15) (i) 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U. S. C 10, Pub.

L. 103-187).

(ii) Alternate I of 52.225-21.

__ (16) 52.239-1, Privacy or Security Safeguards (5 U.S.C.

552a).

__ (17) 52.247-64, Preference for Privately Owned U.S.-

Flag Commercial Vessels (4 6 U.S.C.

1241).

l (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Page 24 of 40 i

l l

B.21 (Continued) j l

executive orders applicable to acquisitions of commercial items or components:

__ (1) 52 222-41, Service Contract Act of 1965, As amended (41 U. S. C.

351, et seq.).

(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C.

206 and 41 U.S.C, 351, et seq.).

1 (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts)

'2 9 U. S. C. 206 and 41 U.S.C.

351, et seq.).

l (4) 52.222-44, Fair Labor Standards Act and Service l

Contract Act-Price. Adjustment (29 U.S.C.

206 and 41 U.S.C.

351, et seq.).

I

__ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits l

Applicable to Successor Contract Pursuant to Predecessor l

Contractor Collective Bargaining Agreement (CBA) (41 U.S.C.

351, et seq.).

(d) Comptroller General Examination of Record. The contractor agrees to comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.

l (1) The Comptroller General of the United States, or an l

authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

l (2) The Contractor shall make available at its offices at all l

reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 l

years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract.

l If this contract is completely or partially terminated, l

the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement.

Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, Page 25 of 40 l

i

B.21 (Continued) i accounting procedures and practices, and other data, i

regardless of type and regardless of form.

This does not i

require the Contractor to create or maintain any record l

that the Contractor does not maintain in the ordinary l

course of business or pursuant to a provision of law.

(e) Notwithstanding the requirements of the clauses in paragraphs l

(a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed I

below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontrac' commercial items or commercial components--

(1) 52.22_ 26, Equal Opportunity (E.O. 11246);

(2) 52.222-35, Affirmative Action for Special Disabled and l

Vietnam Era Veterans (3 8 U.S.C.

2012 (a ) ) ; and (3) 52.222-36, Affirmative Action for Handicapped Workers (29 l

U.S.C. 793).

(4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (4 6 U.S.C.

1241) (flow down not l

required for subcontracts awarded beginning May 1, 1996).

(End of Clause) l l

l l

1 Page 26 of 40 l

CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS C.1 ATTACHMENTS (MAR 1987)

Attachment Number Title 01 Billing Instructions 02 Schedule of Prices NRC Form 187 - Security Classification 03 Requirements (to be completed at award)

Page 27 of 40 I

SOLICITATION PROVISIONS D.1 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 1995)

(a) Standard industrial classification (SIC) code and small business size standard. The SIC code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449).

(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. Offers sent through the U.S. Mail must be addressed to the place specified in Item 9 of the SF1449, at the date and time specified in block 8 of the SF 1449 for receipt of sealed offers. All hand carried offers including those made by private delivery services must be delivered to 11545 Rockville Pike, Rockville, Maryland, 20852 and received in the depository located in Room T-712 (call (301-415-7427 from the reception area for proposal pick-up). NRC is a secure facility with perimeter access control and NRC personnel are not available to receive hand-carried offers except during normal working hours, 7:30 A.M.

3:00 P.M., Monday through Friday, excluding federal holidays.

Offerors should be aware that many private carriers only make deliveries to the central mail room located at 11555 Rockville Pike. All offerors should allow extra time for internal mail distribution or for pick up of hand-carried deliveries. As a minimum, offers must show--

(1)

The solicitation number and the time specified in the solicitation for receipt of offers; (2)

The name, address, and telephone number cf the offeror; (3)

Price and any discount terms-(4)

A completed copy of the representations and certifications at FAR 42.212-3; (5)

Acknowledgment of Solicitation Amendments; (6)

Corporate experience and past performance information, to include recent and relevant contracts for the same or similar services. The proposal should describe the offeror's specific experience in providing those j

4 serv'ces identified in Section D.3 Evaluation--Commercial Items, Criterion 1.,

Corporate Experience. The proposal should also contain relevant past performance information to demonstrate successful performance on contracts identified in accordance with 7

Page 28 of 40

D.1 (Continued)

Criterion 1.

At a minimum, with regard to pas performance, the proposal should contain references, including points of contact with telephone numbers. The Government shall select four of these references and contact them in order to further evaluate the offeror's past performance history; (7) The proposal should describe the qualifications, including relevant experience and education of the offeror's proposed key personnel. Key Personnel are identified in Section B.19. The proposal should contain personnel information on no more than two (2) individuals per job category. Personnel information should be submitted on a resume or other similar format.

The Government will only evaluate the qualifications of two individuals in each of the four job categories; f

(8) If the offe'r is not submitted on the SF 14 4 9, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

l (c) Eeylod for acceptance of offers. The offeror agrees to l

hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(d) Multiole offers. Offerors are encouraged to submit multiple offers presenting alternative cerms and conditions or commercial items for satisfying the requirements of this l

solicitation. Each offer submitted will be evaluated separately.

(e) Late offers. Offers or modifications of offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered.

(f) Contract award (not acclicable to Invitation for Bids).

The Government intends to evaluate offers and award a contract without discussions with offerors.

Therefore, the offeror's

)

initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined

)

by the Contracting Officer to be necessary. The Government may j

reject any or all offers if such action is in the public i

interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

Page 29 of 40 1

D.1 (Continued)

(g) Multin]e awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations.

Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified.

The Government reserves the right'to make an award on.any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.

i i

[End of Provision)

D.2 52.216-l' TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a Fixed Price Labor Hour, Indefinite Quantity contract resulting from this solicitation.

[End of Provision]

D.3 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 1995)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming i

to the solicitation will be most advantageous to the Government, price and other factors considered.

The following factors shall be used to evaluate offers:

I 1.

CORPORATE EXPERIENCE (60 POINTS)

Extent (quantity) to which the proposal demonstrates corporate experience in the following:

a.

Compilation of Financial Statement data (15 points);

b.

Reconciliation of General Ledger account balances (10 L

points);

c.

Debt Management / Debt Collection (5 points);

d.

Invoice Payment and Tracking (10 points);

e..

Maintenance of Capitalized Property Inventory Systems (10 points);

f.

Review of User Fee Related Policies and Procedures (10 points).

Page 30 of 40

1 l

D.3 (Continued) l 2.

PAST PERFORMANCE (25 POINTS) i Extent to which the offeror has demonstrated successful l

performance on contracts identified in Criterion 1.

Corporate Experience.

l 3.

KEY PERSONNEL QUALIFICATIONS (15 POINTS)

Demonstrated relevant experience and education of the proposed key personnel.

l Technical and past performance, when combined, are more important than price in source selection..

(b) Ootions. The Government will evaluate offers for award purposes by adding the total price for al] 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 or 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.

1

[End of Provision]

D.4 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 1997)

(a) Definitions. As used in this provision:

Emercina small business means a small business concern whose size is no greater than 50 percent of the numerical size standard for the standard industrial classification code designated.

Small business concern 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 criteria in 13 CFR Part 121 and size standards in this solicitation.

f Page 31 of 40

D.4 (Continued) i i

Small disadvantaaed business concern means a small i

business concern that--

(1) Is at least 51 percent unconditionally owned by one or more individuals who are both socially and ecor.omically disadvantaged, or a publicly owned business, having at i

least 51 percent of its stock unconditionally owned by one or more socially and economically disadvantaged individuals, and (2) Has its management and daily business controlled by one or more such individuals. Tnis term also means a small business concern that is at leac c 51 percent unconditionally owned by an economically disadvantaged Indian tribe or Native Hawaiian organization, or a publicly owned business having 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 tribe or Native Hawaiian organization and which meets the requirements of 13 CFR Part 124.

Women-owned small business concern means a small business i

concern-l (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 l

(2) Whose management and daily business operations are controlled by one or more women.

Women-owned business concern means a concern 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 whose management l

and daily business operations are controlled by one or more l

women.

l l

(b) Taxpayer identification number (TIN) (26 U.S.C.

6050M).

(1) Taxpayer Identification Number (TIN).

l

[ ] TIN:

[ ] TIN has been applied for.

[ ] TIN is not required because:

[ ] Offeror is a nonresident alien, foreign corporation, or a

Page 32 of 40 4

D.4 (Continued) 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.

(2) Corporate 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:

l

[] Sole proprietorship i

[] Partnership

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

(3) Common Parent.

I

[] offeror is not owned or controlled by a common l

parent.

l Name and TIN of common parent:

Name TIN l

(c) Offerors must complete the following representations when the l

resulting contract is to be performed inside the United States, its territories or possessions, Puerto Rico, the Trust Territory of the Pacific Islands, or the District of Columbia.

Check all that apply.

(1) Small business concern. The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern.

Page 33 of 40

\\

l

D.4 (continued)

(2) Small disadvantaaed business concern. The offeror represents that it [] is, [ ] is not a small disadvantaged business concern.

(3) Women-owned small business concern. The offeror represents that it [ ] is, [ ] is not a women-owned small business concern.

Note: Complete paragraphs (c) (4) and (c) (5) only if this solicitation is expected to exceed the simplified acquisition threshold.

(4) Women-owned business concern. The offeror represents that it [ ] is, [ ] is not, a we..en-owned business concern.

(5) Tie bid oriority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:

l (6) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Tarceted Industry Catecories under the small Business l

Comoetitiveness Demonstration Program. [ Complete only l

if the offeror has represented itself to be a small business concern under the size standards for this

(

solicitation.]

l (i)

(Complete only for solicitations indicated in an L

addendum as being set-aside for 7rging small businesses in one of the four designated industry groups (DIGS).)

The offeror represents as part of its offer that it [] is, [ ] is not an emerging small business.

(ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICS) or four designated industry i

i groups (DIGS).)

Offeror represents as follows:

l (A) Offeror's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror's average annual gross revenue for the last 3 fiscal years (check the Average Annual f

Page 34 of 40

l D.4 (Continued)

Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts)

(Check one of the following):

Number of Employees Average Annual Gross Revenues 50 or fewer

$1 million or less51-100

$1,000,001-$2 million 101-250

$2,000,001-$3.5 million 251-500

$3,500,001-$5 million 501-750

$5,000,001-$10 million 751-1,000

$10,000,001-$17 million Over 1,000 Over $17 million (d) Certifications and representations required te implement provisions of Executive Order 11246--

(1) Certification of non-secrecated facilities. (Applies only if the contract amount is expected to exceed

$10,000)--

By submission of this offer, the offeror certifies that it does not and will not maintain or provide for itc employees, any facilities that are segregated on the basis of race, color, religion, or national origin because of habit, local custom, or otherwise and that it does not and will not permit its employees to perform their services at any location 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.

(2) Previous Contracts and Compliance. The offeror represents j

that--

(i)

It [] has, [] has not, participated in a previous contract or subcontract subject either to the Equal opportunity clause of this solicitation, the clause l

originally contained in Section 310 of Executive l

Order 10925, or the clause contained in Section 201 l

of Executive Order 11114; and 1

(ii) It [ ] has, [] has.not, filed all required compliance reports.

(3) Affirmative Action Compliance. The offeror represents i

that--

Pa'ge 35 of 40

_.m m.._

m

(

D.4 (Continued) i (i)

It [] has developed and has on file,

[- ] has not developed and_does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41' CFR Subparts 60-1 and 60-2), or

{

)

(ii) It [] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.

(e) ' Certification Recardino Payments to Influence Federal Transactions (31 U.S.C.

1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been-paid or will be 1

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 award of i

any resultant contract.

l l

(f) Buy American Act-Trade Acreements-Balance of Payments Procram Certificate. (Applies only if FAR clause 52.225-9, j

l Buy American Act-Trade Agreement-Balance of Payments Program, j

l is included in this solicitation.)

(1)'The offeror hereby certifies that each end product, i

except those listed in paragraph (f) (2) of this provision, is a domestic end product (as defined in the clause entitled " Buy American Act-Trade Agreements Balance of Payments Program") and that components of l

unknown origin have been considered to hsve been mined, i

produced, or manufactured outside the United States, a l

designated country, a North American' Free Trade Agreement l

l (NAFTA) country, or-a Caribbean Basin country, as defined l

in section 25.401 of the Federal Acquisition Regulation.

i i

I (2) Excluded End Products:

i LINE ITEM NO.

COUNTRY OF ORIGIN o

i i

i L

i (List as necessary)

{

i (3)- Offers will be evaluated by giving certain preferences to j

l Page 36 of 40 1

9 h

i

l.

l D.4 (Continued) l t

domestic end products, designated country end products, NAFTA country end products, and Caribbean Basin country l

end products over other end products.

In order to obtain these preferences in the evaluation of each excluded end l

product listed in paragraph (f)(2) of this provision, l

offerors must identify and certify below those excluded end products that are designated or NAFTA country end I

products, or Caribbean Basin country end products.

Products that are not identified and certified below will l

not be deemed designated country end products, NAFTA l

country end products, or Caribbean Basin country end products.

Offerors must certify by inserting the applicable line item numbers in the following:

(i)

The offeror certifies that the following supplies qualify as " designated or NAFTA country end products" as those terms are defined in the clause entitled " Buy American Act-Trade Agreements-Balance of Payments Program:"

(Insert line item numbers)

(ii) The offeror certifies that the following supplies qualify as " Caribbean Basin country end products" as that term is defined in the clause entitled " Buy American Act-Trade Agreements--Balance of Payments Program":

(Insert line item numbers)

(4) Offers will be evaluated in accordance with FAR Part 25.

(g)

(1) Buy American Act-North American Free Trade Acreement Implementation Act-Balance of Payments Procram certificate. (Applies only if FAR clause 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program, is included in this solicitation.)

(i)

The offeror certifies that each end product being offered, except those listed in paragraph (g) (1) (ii) of this provision, is a domestic end i

product (as defined in the clause entitled " Buy I

i Page 37 of 40

\\

= _. _ ~

r D.4-(Continued) r.

l American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program,"

i and that components of unknown origin have been j

considered to have been mined, produced, or manufactured outside the United States.

i (ii)

Excluded End Products:

j LINE ITEM NO.

COUNTRY OF i

ORIGIN l

I (List as necessary)

(iii) Offers will be evaluated by giving certain

[

preferences to domestic end products or NAFTA l

country end products over other.end products. In i

order to obtain these preferences in the evaluation of each excluded end product listed in l

paragraph (g) (1) (ii) of this provision, offerors 1

must identify and certify below those excluded end j

l products that are NAFTA country end products.

i Products that are not identified and certified l

below will not be deemed NAFTA country end

[

products.

The offeror certifies that the following supplies qualify as "NAFTA country end I

products" as that term is defined in the clause entitled " Buy American Act--North American Free l

Trade Agreement Implementation Act--Balance of j

Payments Program" l

l l

(Insert line item numbers) l (iv)

Offers will be evaluated in accordance with FAR Part 25 of the Federal Acquisition Regulation.

In addition, if this solicitation is for supplies for use outside the United States, an evaluation factor of 50 percent will be applied to offers of end products that are not domestic or NAFTA country end products.

I (2) Alternate I.

If Alternate I to the clause at 52.225-21 i

is included in this solicitation, substitute the j

following paragraph (g) (1) (iii) for paragraph (g) (1) (iii) 1 of this provision:

1 Page 38 of 40

.~

~ _

D.4 (Continued)

(g)

(1)

(iii) Offers will be evaluated by giving certain preferences to domestic end products or Canadian end products over other end products.

In order to obtain these preferences in the evaluation of each excluded end product listed in paragraph (b) of this provision, offerors must identify and cer'_ify below those excluded end products that are Canadian end products.

Products that are not I

identified and certified below will not be deemed Canadian end products.

The offeror certifies that the following supplies l

qualify as " Canadian end products" as that term is defined in the clause entitled " Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program":

(Insert line item numbers)

(h) Certification Regarding Debarment, Suspension or Ineligibility for Award (Executive Order 12549).

The offeror certifies, to the best of its knowledge and belief, that--

(1) The offeror and/or any of its principals [] are, [] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, and (2) [] Have, [] have not, within a three-year period precedi.3 this offer, been convicted of or had a civil l

judgment rendered against them for: commission of fraud l

or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the i

submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and [] are, [] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses.

(End of Provision) j Page 39 of 40

D.5 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 as follows) by obtaining written and dated acknowledgment of receipt from:

U.S. Nuclear Regulatory Commission Division of Contracts and Property Management Technical Acquisition Branch No. 2 Washington, D.C.

20555 Hand carried address:

U.S. Nuclear Regulatory Commission Div. of Contracts / Property Management 11545 Rockville Pike, M.S.

7I2 Rockville, Maryland 20852-2738 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

I l

i Page 40 of 40 h

9

m.____

-. _ ~

.Page 1

05/29/97

f BIDDER'S MAILING LIST FOR I

SOLICITATION NUMBER:

RS-CON-97-205 i

COMPANY PHONE / FAX l

(Large Busineses are Identified with an Asterisk)

AJ&C PROFESSIONAL SERVICES,INC 301-856-6598 LADOUSCA MITCHELL l

5809 JACKIE'S WAY CLINTON, MD 20735 ALFRED A.

PAGE JR.,CPA,PC 301-585-6676 I

l MR. ALFRED PAGE,JR 301-585-6786 l

8115 FENTON ST.

j SUITE 300 t

l SILVER SPRING, MD.20910 l

I l

ALTSCHULER, MELVOIN & GLASSER LLP 202-887-0260 I

TOM ROSENFELD 202-887-0264 j

1901 PENNSYLVANIA AVE. N.W.

i SUITE 800 i'

WASHINGTON, DC 20006' APPLIED MANAGEMENT SYSTEMS INC.

301-881-7201 NORMAN ENGER 301-881-7205 9116 EXECUTIVE BLVD SUITE 440 ROCKVILLE, MD 20852 ARTHUR ANDERSEN,LLP 202-778-4925

. BARBARA WEHR 202-833-3746 1150 17TH STREET NW SUITE 901 WASHINGTON, DC 20036 l

AUTOMATION MGNT SERV COMP.,INC 301-588-5307 TARINA LANE 301-588-2117 l

912 THAYER AVE.

l SUITE 310 l

SILVER SPRING, MD 20910 i

i BALBIN & COMPANY 213-612-7778 CHARLES THOMPSON 213-426-2112 l

445 S. FIGUEROA STREET l

SUITE 2600

-LOS ANGELES, CA 90071 I

s

l l

Page 2

05/29/97

)

j BIDDER'S MAILING LIST FOR l

SOLICITATION NUMBER:

RS-CON-97-205 F.

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

BETH THAMES 404-898-2000 C/O'WINDHAM BRANNON,PC 404-898-2010 l

1355 PEACHTREE STREET,N.E.

i SUITE 200 ATLANTA, GA 30309 l

l BROWN & COMPANY CPAs, PLLC 703-522-0800 i'

BARRY SKEENES 703-522-0806 2300 CLARENDON BLVD SUITE 1100 i

l ARLINGTON, VA 22201 i

2 BRUMFIELD & ASSOCIATES 804-384-9202 I

EDWARD BRUMFIELD P.O. BOX 726 LYNCHBURG, VA 24505 l

BRUMSKINE & CO.,LLP 202-973-2805 l

MS. ESTELLE BRUMSKINE 202-293-3083 2300 M STREET,NW SUITE 800 I

WASHINGTON, DC 20037 CHEK F. TAN ~& COMPANY 415-673-8573 l

WILLIAM SCHOLTZ 415-673-0883 j

1670 PINE STREET SAN FRANCISCO, CA 94109 COFFEY COMMUNICATIONS, LLC 301-907-0900 MS. AMY COFFEY 301-907-2925 6917 ARLINGTON ROAD l

SUITE 224 l

BETHESDA, MD 20814 CONSORTIUM RESEARCH MGMT. INC.

703-407-5402 DR. PAUL BACHMAN 703-528-2163 71'SHARPE STREET g

KINGSTON, PA 18704 i

1

.._.__.._._m

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

i i

Page 3

05/29/97 l l

t BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS-CON-97-205 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk).

COTTON & COMPANY,LLP 703-836-6701 DAVID COTTON 703-836-0941 333 NORTH FAIRFAX STREET SUITE 401, i

ALEXANDRIA, VA 22314 l

i COX & ASSOCIATES CPAs,PC 202-728-0295 WILLIAM HAWK 202-728-0429 1730 K STREET,NW f

SUITE 703 WASHINGTON, DC 20006 I

i CUMMINGS-GRAYSON & CO P.A.

305-758-5158 L

LAURA GRAVES 305-751-6496 5136 BISCAYNE BOULEVARD MIAMI, FL 33137 i

D.R. WHITE COMPUTER SERVICES,INC.

617-821-2290 DONINGO RODRIGUEZ 636 WASHINGTON STREET

{

CANTON, MA 02021 DANIEL DIAZ 915-592-4513 DANIEL DIAZ, CPA 915-592-0744 9434 VISCOUNT i

SUITE 250 EL PASO, TX'79925 i

i DELOITTE & TOUCHE LLP 202-955-4000 DEBORAH STREET 202-955-4294 1900 M STREET NW WASHINGTON, DC 20036 F

i DEVA & ASSOCIATES 301-897-9090 L

RESA McCLINTOCK 301-897-9133 TWO DEMOCRACY PLAZA l

6707 DEMOCRACY BLVD, SUITE 920 j

L BETHESDA, MD 20817

+ -. -

,-.m

-c,n..

..n

Page 4

1 05/29/97 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS-CON-97-205 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk)

DeSILVA CONSULTING,INC 703-760-0777 G.W.

FLETCHER 6849 OLD DOMINION DR SUITE 220 MCLEAM, VA 22101 I

i EAGLE EYE PUBLISHERS INC.

703-242-4201 DULEEP PANDITE 703-242-4204 115 PARK STREET,SE SUITE 300 VIENNA, VA 22180 i

ELLIN & TUCKER, CHARTED 410-727-5735 CARL MILLER 410-727-1405 CENTER SOUTH 36 SOUTH CHARLES ST.,

STE 2500 l

l BALTIMORE, MD 21201 EXECUTIVE CONSULTING SERVICES 703-241-8117 SHIRLEY KING 5834 UPTON STREET MCLEAN, VA 22101 FEDERAL SERVICE DIVISION 202-467-6440 LOUISE LEWIS 202-758-9897 1899 L STREET N.W.

SUITE 500 WASHINGTON, DC 20036 FERNANDES & DEGENNARO & ASSOCIATES 301-736-8846 RICHARD DEGENNARO 301-736-9489 i

8235 PENN RANDALL PLACE UPPER MARLBORO, MD 20772 FOUNDATION SYSTEMS, INC.

301-254-5623 ROBIN MYAING 19900 BELLE CHASE DRIVE GAITHERSBURG, MD 20882 i

i

Page 5

05/29/97 '

BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS-CON-97-205 i

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

FOUNDATION SYSTEMS,INC 301-840-3908 H.

LEE MILLER 2900 CRAIGLAWN RD SILVER SPRING, MD 20914 FOXX & COMPANY 513-241-1616 MARTIN O'NEILL 513-241-1634 700 GOODALL COMPLEX 324 WEST NINTH STREET CINCINNATI, OH 45202 P

FOXX & COMPANY 513-241-1616 MARTIN W. O'NEIL 513-241-1634 700 GOODALL COMPLEX 324 WEST NINTH STREET CINCINNATI, OH 45202 t

I l

FRYE, WILLIAMS & CO.,PC 202-467-6440 LOUISE LEWIS (FED. SVC. DIV) 202-785-9897 1899 L STREET NW SUITE 500 WASHINGTON, DC 20036 i

GARDINER,KAMYA & ASSOCIATES,PC 202-857-1777 JOHN KAMYA 202-857-1778 I

1717 K STREET SUITE 601 WASHINGTON, DC 20036 GHENENE & ASSOCIATES 301-565-4221 FEYISSA GHENENE 301-565-4223 8601 GEORGIA AVE.

SUITE 900 SILVER SPRING, MD 20910 i

GONZALES CONSULTING SERVICES,INC 303-861-0400 JANIECE SANTIAGO 303-861-1780 303 EAST 17 AVE.

SUITE 910 DENVER, CO 80203

I Page 6

05/29/97 1

BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS-CON-97-205 I

i COMPANY PHONE / FAX (Large Busineses are Identified with an. Asterisk)

I GOVERNMENT CONTRACT SERVICES 216-662-7044 BARBARA PURGERT 216-662-6052 l

P.O.. BOX 31418 l

INDEPENDENCE, OH 44131 GOZI SAMUEL OBUROTA (CPA)

CORP.

408-278-9090 MR. GOZI OBUROTA 408-278-9094 l

333 WEST SANTA CLARA STREET l

SUITE 608 SAN JOSE, CA 95113 I

HAN & ASSOCIATES 301-718-3020 i

R. DENNIS GREEN 301-718-3023 7200 WISCONSIN AVE i

SUITE 250 I

BETHESDA, MD 20814 l

RAYNES & ASSOCIATES,INC 301-495-1500 FRANCIS CHIAZOR 301-495-9776-l 8300 COLESVILLE ROAD l

SUITE 700 SILVER SPRING, MD 20910 HERTZBACH & COMPANY 410-363-3200 STEPHEN WATTS,CPA 410-356-0058 10 MUSIC FAIR ROAD OWINGS MILLS, MD 21117 l

IMDT, INC.

703-644-2773 JOHN FINNERTY 703-644-2777 6803 BACKLICK ROAD SPRINGFIELD, VA 22150 INFORMATION & NEW DISPATCH INC 202-544-4800 DEL VOS 301-577-3689 236 MASSACHUSETTS AVE.

SUITE 602 N.E.

i WASHINGTON, DC 20002 m-

--x

Page 7

05/29/97 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS-CON-97-205 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk)

INFORMATION & NEWS DISPATCH INC 202-544-4800 DEL VOS 301-577-3689 236 MASS AVE N.E SUITE.602 WASHINGTON, DC 20002 INTEGRATED MANAGEMENT RESOURCES GRP 301-203-5300 MYRNA COOKS 703 AMER DRIVE FT. WASHINGTON, MD 20744 JOHN P WHITTY & CO,PC 716-565-0066 MR. JOHN WHITTY 716-626-9227 5350 MAIN STREET SUITE 8 WILLIAMSVILLE, NY 14221 KEARNEY & COMPANY 703-750-0478 ROLDAN FERNANDEZ 703-642-3282 6715 LITTLE RIVER TURNPIKE SUITE 203 ANNANDALE, VA 22003 LAWRENCE ASSOCIATES 301-248-6937 I

DR. LAWRENCE SMITH 301-248-6937 P.O. BOX 670 OXON HILL, MD 20750 LEONARD G. BIRNBAUM AND COMPANY 703-922-7622 LESLIE LEIPER 703-922-8256 6285 FRANCONIA ROAD ALEXANDRIA, VA 22310 LONNIE C. McINTEE,CPA 803-761-6061 l

LONNIE McINTEE 803-761-8672 255 N. HWY 52 SUITE 2 MONCKS CORNER, SC 29461

.___m

_m.__

_ __ ~

e Page 8

j 05/29/97 i

.)

BIDDER'S MAILING LIST FOR

{

SOLICITATION NUMBER:

RS-CON-97-205 i

\\

COMPANY PHONE / FAX l

(Large Busineses are Identified with an Asterisk)

M.D. OPPENHEIM & COMPANY,PC 703-698-0083 LINDA'CHEATHAM 703-698-8253 2750. PROSPERITY AVE i

SUITE 250

'I FAIRFAX, VA 22031 l

MARKET VALUE PLANNERS 510-838-3280 EDWIN P. CHASE,CMA 510-743-0843 l

170F ALAMO PLAZA SUITE 401 i

ALAMO, CA 94507 MCBRIDE, LOCK & ASSOCIATES 816-221-4559

^

MR. ROBERT LOCK 816-221-4563

{

1221 BALTIMORE I

SUITE 406 L

KANSAS CITY, MO 64105 MCGOVERN & MCGOVERN 773-881-1861 MR JAMES MCGOVERN 773-881-7369 9901 S. WESTERN AVE.

SUITE 203 CHICAGO, IL 60643 MCNULTY, GARCIA & ORTIZ,P.A.

813-576-1245-J.

EDDIE DEL RIO,CPA 1

l P.O. BOX 20929 '

ST. PETERSBURG, FL 33742 i

i MR JOSEPH BOOKMAN NO PHONE 110 DIMINISH DR.

l NEWARK,.DE 19713 J

i

~

MYINT & BUNTUA 703-845-1555 KLAUS BUNTUA 703-931-7631 l

}

5203 LEESBURG PIKE SUITE 300 i

FALLS CHURCH, VA 22041

(

i l

i-Page

'9 L

05/29/97 i

i BIDDER'S MAILING LIST FOR i

SOLICITATION NUMBER:

RS-CON-97-205 COMPANY PHONE / FAX i

(Large Busineses are' Identified with an Asterisk)

NATEK'INCORPARATED 703-729-3551 REBECCA COMER 703-729-9524 l.

43363 WILDROSE COURT ASHBURN, VA 20147 NESS & CO.,CPAS 317-261-4400 DOUGLAS JONES 317-261-4410-310 N. ALABAMA STREET SUITE 200 INDIANAPOLIS, IN 46204 ORLANDO MONTEAGUDO 305-995-5818 MR. ORLANDO MONTEAGUDO 305-358-4848 799 BRICKELL PLAZA SUITE 603 MIAMI, FL 33131 OWUSU & COMPANY 202-223-8200 KOFI OWUSU 202-223-7293 1815 H STREET,NW WASHINGTON, DC 20006 PARKER, WHITFIELD & CO.,PC 703-516-4360 P. ERNST PARKER,JR 703-516-4364 1600 WILSON BLVD SUITE 205-A ARLINGTON, VA 22209 PRIEMIER TECHNOLOTY GROUP INC.

703-921-0090 MR. JIM BLOOM 703-921-0077 6551 LOISDALE CT.

SUITE 607 SPRINGFIELD, VA 22150 l

l PROGRAM MANAGEMENT ASSOCIATES,INC 202-484-3900 STEVEN LOWE 202-484-3901

'400 VIRGINIA AVE. S.W.

SUITE C130 l

WASHINGTON, DC 20024 1

l l

r

r__,

.,.tr..

._m,,

y

Page 10 l

05/29/97 l

BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS-CON-97-205 l

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

R. NAVARRO & ASSOCIATES,INC 619-298-8193 LUIS BARAJAS 2831 CAMINO DEL RIO SOUTH l

SUITE 306 SAN DIEGO, CA 92108 l

RAINBOW TECHNOLOGY,INC.

301-570-5025~

l USHA CHAR 301-570-4961 i

l.

17106 THATCHER COURT l

l OLNEY, MD 20832 I

(

i ROSILLO:& ASSOCIATES.

305-477-5671 NR. FRANK ROSILLO,CPA 305-477-2640 8405 N.W.

53RD ST SUITE A-205 i

MIAMI, FL 33166 i

l i

SCAFFORD' FORTE 301-589-0105 FRANK LUNCHEON 301-589-lill 914 SILVER SPRING SUITE 204 SILVER SPRING, MD 20910 I

l t

SONEX ENTERPRISE,INC 703-691-8122 i

DIRECTOR OF MARKETING 703-691-8125 l

9990 LEE HIGHWAY SUITE 500 FAIRFAX, VA 22030 I

i

. SPANN ENTERPRISES, INC.

ERIC SPANN 919-790-7009 4716 H DANSEY DRIVE RALEIGH, NC 27616 l

I

[

SUMMERS & ASSOCIATES 806-747-2175 i

MS. PATSY SUMMERS 806-785-6862 1630'57TH ST

[

LUBBOCK, TX 79412 j

f

Page 11 i

05/29/97 l

BIDDER'S MAILING LIST FOR j

SOLICITATION NUMBER:

RS-CON-97-205 i

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

~

t SYNTAX ONE CORP.

305-266-7602' R.M. JAMIESON 305-264-7070 t

261 NW 59 AVE MIAMI,-FL 33126 i

l i

i SYS 703-769-5225 j

JAMES BAKER 703-892-1473-j 2011 CRYSTAL DRIVE l

SUITE 210 ARLINGTON, VA 22202

-l l'

l T. CURTIS & COMPANY,P.C.

301-982-4000 TANYA CURTIS.

301-982-1286 l

6305 IVY LANE-i SUITE 710 GREENBELT, MD 20770 l

l l

TAC TECHNOLOGIES 703-591-9100

-i FAUSTO ACUNA/EILEEN HOPKINS 703-359-6249 l

4036 WILLIAMSBURG COURT FAIRFAX, VA 22032 TICHENOR & ASSOCIATES 502-245-0775 WILLIAM TICHENOR 502-245-0725 303 MIDDLETOWN PARK PLACE

-l SUITE E j

LOUISVILLE, KY 40243 t

i UNITED PARADYNE CORPORATION 805-348-3156 JOSEPH HASAY 805-348-3152 1

P.O. BOX 5368 SANTA MARIA, CA 93456 l

l r

i.

UNIVERSAL HI-TECH DEVELOPMENT,INC 301-340-8899 THOMAS FARLEY 301-217-0131 20 WEST GUDE DRIVE i

ROCKVILLE, MD 20850 l

t t

i

)

i i

l i

i Page 12 05/29/97 i

BIDDER'S MAILING LIST FOR t

SOLICITATION NUMBER:

RS-CON-97-205 l

COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk) t VISIONQUEST FINANCIAL SERVICE INC.

305-383-3335 l

ADALBERTO RAMIREZ 305-383-5751

)

8400 S.W.133 AVE ROAD

  1. 107 MIAMI, FL 33183 l

I i

I l

l l

l 1

I I

(M ARCH 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 VOUCHERSllNVOICES IN ACCORDANCE WITH THESE INSTRUCTIONS WILL RESULT IN REJECTION OF THE VOUCHERllNVolCES AS IMPROPER.

Form: Claims shall be submitted on the payee's letterhead, voucherlinvoices, or on the Government's Standard 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. Covernment Printing Office,710 North Capital Street, Washington, DC 20401.

Number of Cooies: An original and three copies shall be submitted. Failure to submit all the required copies will result in rejection of the voucherlinvoice as improper, Desianated Aaency Billina Office: Voucherslinvoices shall be submitted to the following address:

U.S. Nuclear Regulatory Commission Division of Contracts T 7-12 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 0 27 Washington, DC 20555-0001 HAND DEllVERY OF VOUCHERSilNVOICES IS DISCOURAGED AND WILL NOT EXPEDITE PROCESSING BY THE NRC. However, should you choose to deliver voucherslinvoices by hand including delivery by any express m I service or special delivery service which uses a courier or other person to deliver the voucherslinvoices in person to the NRC, such voucherslinvoices 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 Flint North. Mail Room 11555 Rockville Pike Rockville, PAD 20852 i

HAND CARRIED SUBM',SSIONS WILL NOT BE ACCEPTED AT OTHER THAN THE ABOVE ADDRESS i

l l

l l

l

iBILLINGINSTRUCTIONS FOR FIXED PRICE CONTRACTS Page 2 of 3 Note that the official receipt date for handlelivered voucherslinvoices will be the date it is received by the official agency billing office in the Division of Contracts.

Asener Payment Office: Payment will continue to be made by the office designated in the contract in Block 12 of the Standard Form 26 or Block 25 of the Standard Form 33, v.hichever is applicable.

Frecuency: The contractor shall submit a voucher or invoice only after the NRC's final acceptance of services rendwed er products delivered in performance of the contract unless otherwise specified in the contract.

Preparation and itemiration of the Voucherlinvoice: The voucherlinvoice shall be prepared in ink or by typewriter (without strike evers). Corrections or erasures must be initialed. To be considered a prrper voucherlinvoice, all of the following elements must be included:

1.

Contract number.

2.

Sequential voucherlinvoice numbw.

3.

Date of wouchwlinvoice.

4.

Payee's name and address. (Show the name of the contractor and its correct address. In addition, when an assignment of funds has been ruede ey the contractor, or a different payee has been designated, include the name and aduress of the payee). Indicate ths name and telephor,a number of the individual responsible for answering questions which the NRC may have regarding the voucherlinvoice.

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 :

life expectancy of more than 1 year and provide: (1) an item description,(2) mant:facturer,(3) model numbw,(4) swiel 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 fc: freight or express shipments. Attach propsid billif shipped by freight or express.

9.

Instructions to consignes to notify the contracting Officer of receipt of shipment.

(BILLINGINSTRUCTIONS FOR FIXED PRICE CONTRACTS Page 3 of 3

10. For indefinite Delivery contracts er contracts under whi h progress payments are au c

final voucherlinvoice shall be marked " FIN AL VOUCHER" DR " FIN AL INVO Currena: Billings mei: be expressed in the currency normally used by the contractor in his accounting recor s and payments will be made in that currency. tiowever, the U.S. dollar equivalent for all voucherslinvoices paid under the contract may not exceed the total authorized in the contract.

Supersession: These instructions supersede any previous billing instructions.

R:\\ BILLING.396 e

b

ATTACHMENT 2 SCHEDULE OF PRICES With the exception of those services described in Section B.6.1 through B.6.3, all work shall be performed on a labor hour, task ordering basis. Individual task orders will be negotiated based on a fixed level of effort against the labor rates identified herein.

BASE YEAR Item Labor Estimated Level Labor Rate Total Category of Effort 1.

Partner 2000 hours0.0231 days <br />0.556 hours <br />0.00331 weeks <br />7.61e-4 months <br /> 2.

Hanager 2000 hours0.0231 days <br />0.556 hours <br />0.00331 weeks <br />7.61e-4 months <br /> 3.

Sr. Accountant 4000 hours0.0463 days <br />1.111 hours <br />0.00661 weeks <br />0.00152 months <br /> 4.

Accountant 18000 hours SUBTOTAL Item Service Qty.

Fixed Monthly Total Yearly Price Price 5.

Commercial Payment 12 Transactions (B.6.1) 6.

Federal Payment Voucher 12 Tracking (B.6.2) 7.

Debt Collection (B.6.3) 12 TOTAL ESTIMATED CEILING PRICE (MAXIMUM QUANTITY)

MINIMUM QUANTITY 2,600 LABOR HOURS

m -

i SCHEDULE OF PRICES QPTION YEAR 1 l

l Item Labor Estimated Level Labor Rate Total l

Category of Effort l

1.

Partner 2000 hours0.0231 days <br />0.556 hours <br />0.00331 weeks <br />7.61e-4 months <br /> i

2.

Manager 2000 hours0.0231 days <br />0.556 hours <br />0.00331 weeks <br />7.61e-4 months <br /> i

\\

l 3.

Sr. Accountant 4000 hours0.0463 days <br />1.111 hours <br />0.00661 weeks <br />0.00152 months <br /> 4.

Accountant 18000 hours SUBT0TAL l

Item Service Qty.

Fixed Monthly Total Yearly l

l Price Price l

5.

Commercial Payment 12 L

Transactions l

6.

Federal Payment Voucher-12 Tracking i

7.

Debt Col:c: tion 12 i

1 I

TOTAL ESTIMATED CEILING PRICE (YEAR 2) i f'

t i

1a i

f i

i

^

l l

SCHEDULE OF PRICES l

c OPTION YEAR 2 I

Item Labor Estimated Level Labor Rate Total Category of Effort l

1.

Partner 2000 hours0.0231 days <br />0.556 hours <br />0.00331 weeks <br />7.61e-4 months <br /> 2.

Manager 2000 hours0.0231 days <br />0.556 hours <br />0.00331 weeks <br />7.61e-4 months <br /> 3.

Sr. Accountant 4000 hours0.0463 days <br />1.111 hours <br />0.00661 weeks <br />0.00152 months <br /> 4.

~ Accountant 18000 hours SUBTOTAL Item Service Qty.

Fixed Monthly Total Yearly Price Price 5.

Commercial Payment 12 Transactions 6.

Federal Payment Voucher 12 Tracking 7.

Debt Collection 12 TOTAL ESTIMATED CEILING PRICE (YEAR 3)

S i

i 4

y r---

SCHEDULE OF PRICES OPTION YEAR 3 Item Labor Estimated Level Labor Rate Total Category of Effort 1.

Partner 2000 hours0.0231 days <br />0.556 hours <br />0.00331 weeks <br />7.61e-4 months <br /> 2.

Manager 2000 hours0.0231 days <br />0.556 hours <br />0.00331 weeks <br />7.61e-4 months <br /> 3.

Sr. Accountant 4000 hours0.0463 days <br />1.111 hours <br />0.00661 weeks <br />0.00152 months <br /> 4.

Accountant 18000 hours i

SUBTOTAL Item Service Qty.

Fixed Monthly Total Yearly Price Price 5.

Commercial Payment 12 Transactions 6.

Federal..iyment Voucher 12 Tracking 7.

Debt Collection 12 l

TOTAL ESTIMATED CEILING PRICE (YEAR 4) 1 I

l l

l I

t SCHEDULE OF PRICES i

OPTION YEAR 4 Item Labor Estimated Level Labor Rate Total Category of Effort i

1.

Partner 2000 hours0.0231 days <br />0.556 hours <br />0.00331 weeks <br />7.61e-4 months <br /> -

2.

Manager 2000 hours0.0231 days <br />0.556 hours <br />0.00331 weeks <br />7.61e-4 months <br /> S

l 3.

Sr. Accountant 4000 hours0.0463 days <br />1.111 hours <br />0.00661 weeks <br />0.00152 months <br /> 4.'

Accountant 18000 hours l

SUBTOTAL l

i Item Service Qtl/.

Fixed Monthly Total Yearly 1

Price Price 5.

Commercial Payment 12 Transactions 6.

Federal Payment Voucher 12 j

Tracking 7.

Debt Collection 12 TOTAL ESTIMATED CEILING PRICE (YEAR 5)

GRAND TOTAL (YEARS 1 THROUGH 5) l;-

l i

_ _.. ~

m_-

_m

_m.__._..,_

1 INSTRUCTIONS FOR COMPLETING NRC FORM 187 NRC Form 187,

  • Contract Secunty and/or Class 6caten Requirements," including attachments and supplements, fumshes the t: ass for provding securay and classificaten requirements to contractors, subcontractors or others (e g., bcders) who have or may have an NRC contractual relationship whch requires accen to class (ed informaton or matter, for unescorted access to nuclear power plants, access to Unclassifed Sa'eguards Informaton, access to sensetwe ADP systems or data and/or access to NRC Headquarters buildings.

Who Uses NRC Form 187: Ali organizatons which have or may have an NRC contractual relatonship of the nature set forth above.

When to Use: Responsibility for init:ston of NRC Form 187 rests wth the office or drvsen sponsonng a contract, project. or consultant, or requesting that such work be conducted (e g., at a Department of Energy (DOE) Natonal Laboratory).

Early maration and submisson of the form will help assure that all necessary classiNaton and secunty actons are completed prior to contrac. ward. Experence has shown that incomplete informaton or untimely tubmssion delays both the secunty and contractual process.

Where to Send: Send two (2) copies of ths form to the NRC Divsion of Contracts (DC) with the Request for Procurement Action (NRC Form 400), when the interest does not involve a DOE secunty interest or consuttant obtained through the Office of eersonnel. If the interest involves a DOE National Laboratory or consultant and does not require action by DC, one (1) copy of the form should be forwarded directly to the Divsen of Securty.

Preparaten: Items are keyed to the numbered items on NRC Form 187, 1,

Identify contractor, contract number, JDB CODE, or other centrfying number (s).

2.

Check either 2.A. B, or C as appropriate.

l 3.

If NRC Form 187 is not for a follow-on contract. check block "Does Not Apply." if it is for a fobow-on contract, enter preceding contract identication number from which this contract evolves and its actual or antcipated completon date.

4 Include project title and a bnef unclassded statement setting forth sufficent informaton to identify the nature of the project.

l 5.A. Check the appropriate box in each column with the highest level of classfed matter under National Secunty Information and Restricted Data, to whch access is required. Check *NA" for any items which are not applicable. Completion of this section should be i

i coordinated with the sponsonng Office Authonzed Classrfer as well as the Project Manager to assure complete and accurate information.

l l

5.B. Indicate if a contractor must access, store or handle classted informaton at contractor facility, i

5 C. Indcate af unescorted access is required to protected and vaal areas of nuclear power plants.

5.D. Indicate if access is required to Unclassifed Safeguards information.

l 5.E. Indicate if access is required to sensitrve ADP systems or data.

l 5.F. Indcate if unescorted access is required to NRC Headquarters building.

i l

6.

Contractors lated in item 1 will submn proposed releases to DC for approvat pnor to release. Subcontractors shall be instructed to submit proposed rPleases through the pnme contractor isted in item 1 to DC.

7.

If SA is yes,indcate the nature of classficaten guidance /identificaten of classification guides.

When the block ' Nature of Classification Guidance

  • is used, identrfy the areas of classified information involved and, in partcular, provde adequate unclassfed narrative comment to desenbe spec 6c items of information within these areas which may require classification gudance.

8.

Fumsh name and title of postion of authorned classt'er if Diveion of Secunty is not checked.

j g.

The DC wi2 assure distnbution of ths document to all responsible organizations when completed.

I

10. The sponsonn0 office should obtain the signatures required in Boxes 10A and 10B before submeting it to DC.

Additional comments relating to any of the rtems may be included under" Remarks

  • to assure that revewers evaluate the information property.

i J

i i

1 I

NRC FORM to? (s45)

PRINTED oN RECYCLED PAPER l

i i

i

hMC FONM 987 y.& NUCLEAR 81EULATORT COMMi& MON AUTMonITY Cr95)

The pohces procesvres and amons of the NRC NHCoAQ 12 becurity Pmgram. NRCMD 12 oppsy te peermeme u 1No cowact, autioneset er einer

.ci =rr CONTRACT SECURITY AND/OR CLASSIRCATION REQUIREMENTS COMPLETE CLASSIFIED ITEMS BY SEPARATE CORRESPONDENCE

1. CGNIRACION NAML AND App 4EM A CON!RACI NUMi$LN FON COMMLNCeAL CONTRACTS OG JOB CODE FOR DOE
2. TYPE OF SUBMIS$lON PROJECTS (Pnme commet numter must be shown for all soticontracts )

A ORCINAL B PROJECTED C PROJECTED B REVISED (Supersedes all pronows START DATE COMPLET10N DATE Sutensions)

C OTHER(Speedy)

3. FOR FOLLOW 4N CONTRACT, ENTER PRECEDING CONTRACT NUMBER AND PROJECTED COMPLETION DATE A DOES NOT APPLY B CONTRACT NUMBEW C. PROJECTED COMPLETCN DATE
4. PROJECT TITLE AND OTHER IDENTIFYING INFORMATION S. PERFORMANCE WILL REQUIRE NATIONAL SECURITY RESTRICTED DATA A. ACCESS TO CLASSIFIED MATTER OR CLASSIFIED INFORMATION NfA (It"Yes." answer 1 T,11 "No,' peceed in 5 C.)

N

1. ACCESS TO FORECN iNTELLCENCE INFORMATION
2. RECEIPT, STORAGE OR CTHER SAFEGUARDING OF CLASSIFIED MATTER. (see 5 B )

3 CD4ERATION OF CLASSIFIED MATTER, 4 ACCESS TO CRYPTOGRAPHtC MATERIAL OR OTHER CLAS$1FIED COMSEC INFORMATION 6 ACCESS TO CLAS$1FIED MATTER OR CLASS!FIED INFORMATICN POSSESSED BY ANOTHER AGENCY.

j S CLASSIFIED USE OF AN AUTOMATIC DATA PROCESSING SYSTEM i

T. OTHER (Speedy) i a 45 FAca)TY CLEARANCE REOutRED?

vgs NO C

UNESCORTED ACCESS IS REOUIRED TO PROTECTED AND VITAL AREAS OF NUCLEAR POWER PLANTS o

ACCESS IS REQUIRED TO LWCLAssGG SAFEGUAROS INFORMATION E-ACCESS 15 REQUIRED TO SENSf!IVE ADP SYSTEMS AND DATA p,

UNESCORTED ACCESS TO NRC NEADOUARERS ButLDING FOR PROCEDURES AND REOuiMEMENTS ON PROVIDING TEMPORARY AND FIN AL APPROVAL FOR UNESCORTED ACCESS. R6FER TO NRCMD 12.

HRC FORM 187 p.95)

PhlNTED ON RECYCLED PAPER l

.~

-. _. ~.

6 WORMAfnON PER1 AmeNG TO THESE REOUIREMENTS OR THIS PetOJECT, EVEN THOUGH SUCH INFORMATION O CONSOE71D UNCLASSFED, SHALL NOT B DSSEMINATION EXCEPT AS APPROVED BY t

NAME i

l POSITION SGNATURE T. CLASSFICATsDN OUIDANCE

?

NATUf E OF CLASSlFG OVOANCE IDENT)FCATION OF CLASS 1FCATION QUIDES i

?

I i

t S CLAS$1FIED REVIEW OF CONTRACTOlUSU8 CONTRACTOR REPOR7f t) AND OTHER DOCUMENTS WILL BE CONDUCTED BY:

ALITHORIZED CLASSIFER (NAME AND TTTLQ DVIS40N OF SECURffY 9 REQUIRED OtSTRIBUTION OF NRC FC RM 197 (Check ecomemote boules))

SPONSORING NRC OFFCE OR DVISCN poem 10A)

DVISCN OF CONTRACTS DIsm 10C)

DMSION OF SECURITY (llem 108)

CDCRACTOR (llem 1)

SECURITYCLASSIFCATION REOUIREMENTS FOR SUSCONTRACTS RESULTING FROM THIS CONTRACT WILL BE APPROVED BY T SELOW.

10. APPROVALS THE SECU8stTYCLASSIFIED REQUIREMENTS AND ATTACHMEN18 REFERENCED MEREIN MAVE BEEN APPROVED SY THE OFFCA CONTRACTONG APPROVAL SY THE DIRECTOR, DMSION OF CONTRACTS, OR DESIONEE,18 TO DE ONCLUDED IN 10C SELOW.

j NAME (Nnt or Type)

SGNATURE DATE 1

A DRECTOR, OFFCE OR DV!SION l

8 DRECTOR. DvisoN Or SECURrrY C DRECTOR.DvlSION OF CONTRACTS l-l' i

l

11. REMARKS t

l I

NRC FORM 187 536)

PRINTED ON RECYCLED PAPER

-