Request For Proposal No. RS IRM 97 195 End Operation Of NRC Data Centers. 21515 ML031330603

User Manual: 21515

Open the PDF directly: View PDF PDF.
Page Count: 91

DownloadRequest For Proposal No. RS-IRM-97-195 End Operation Of NRC Data Centers. 21515 ML031330603
Open PDF In BrowserView PDF
I

UNITED STATES

NUCLEAR REGULATORY COMMISSION
WASHINGTON, D.C. 20555-0001

OFFERORS:
SUBJECT:

REQUEST FOR PROPOSAL NO. RS-IRM-97-195 ENTITLED
"OPERATION OF NRC DATA CENTERS"

The U.S. Nuclear Regulatory Commission (NRC) is soliciting
proposals for the project entitled above.
The full scope of work
anticipated is as set forth in Part I, Schedule.
This requirement is a

00W Small Business Set-Aside.

The solicitation package is enclosed.
If you desire to respond,
your proposal should address the proposal requirements set forth
in Section L of the solicitation. All proposals will be
evaluated against the evaluation criteria shown in Part IV,
Section M.
Written questions must be received not later than ten (10)
calendar days prior to the closing date of this solicitation.
If you have any questions concerning the requirements of this
solicitation, please contact Edna Knox-Davin, Contract
Negotiator, on (301) 415-6577 (collect calls will not be
accepted).
Sincerely,

S)(9s

tiG

t;)

&-(At.t*

)

0-> Sharon D. Mearse, Contracting Officer
-S(4Contract Management Branch 3
Division of Contracts and Property
Management
Office of Administration
Enclosures:
As stated

IB

Page 1
12/11/97

BIDDER'S MAILING LIST FOR
SOLICITATION NUMBER:
RS-IRM-97-195
COMPANY
PHONE / FAX
(Large Busineses are Identified with an Asterisk)
AEI, INC.
PROJECT MANAGER
CO P.O. BOX 5833
WASHINGTON, DC 20016

202-686-0212
202-686-1673

AIMSI
GEORGE B. SANDERS
575 OAK RIDGE TRUNPIKE SUITE B-3
OAK RIDGE, TN 37830

423-482-9879
423-482-6238

AMTI
FIONA BARSHOW
1101 15TH., NW, SUITE 900
WASHINGTON, DC 20005

202-776-0400
202-452-0699

APPLIED SYSTEMS MANAGEMENT,
JIM ZUMWALT
6332 BROCKETTS CROSSING
ALEXANDRIA, VA 22315

INC.

703-922-6436
703-922-6436

AQUASIS SERVICES INC.
STEVE WESTERLUND
904 EAST GADSDEN STREET
P.O BOX 2605,
PENSACOLA, FL 32513

850-433-0831
850-432-6899

ARAMARK TOWER
MATTHEW BREITENBACH
1101 MARKET STREET
PHILADELPHIA, PA 19107

215-238-3000
215-238-3333

INC.

910-892-3127
910-892-7950

AUTOMATED SYSTEMS & PROG., INC.,
ERIC MC PHERSON
7910 WOODMONT AVE SUITE 1450
BETHESDA, MD 20814

301-718-3473
301-718-3666

ATLANTIC COAST CONTRACTING,
DELANEY RDD
P.O. BOX 1086
DUNN, NC 38335

Page 2
12/11/97
BIDDER'S MAILING LIST FOR
SOLICITATION NUMBER:
RS-IRM-97-195
COMPANY
PHONE / FAX
(Large Busineses are Identified with an Asterisk)
BASE TECHNOLOGIES, INC.
MEA LEWIS
1749 OLD MEADOW ROAD
MC LEAN, VA 22102

703-848-2400
703-848-0804

BN SYSTEM, INC.
MARK F. REWERS
4213 NORTH BUFFALO ROAD
ORCHARD PARK, NY 14127

716-662-9199
716-662-9290

CENCOR CORPOATION
VERONICA STEVENS
5252 CHEROKEE AVENUE SUITE 300
ALEXANDRIA, VA 22312

703-941-5916
703-941-4309

CENCOR INFORMATION SYSTEMS
CAROLYN S. WALL
5252 CHEROKEE AVENUE, SUITE 300
ALEXANDRIA, VA 22312

703-941-5916
703-941-4309

CETROM
DOUGLAS R. KUNZE, CPP,CQAE
818 W. DIAMOND AVE. SUITE 101
GAITHERSBURG, MD 20878

301-990-4111
301-990-6057

CHEROKEE INFORMATION SERVICES INC.,
CHRISTINE BAUMAN
CRYSTAL GATEWAY 3 SUITE 304
1215 JEFFERSON DAVIS HWY.,
ARLINGTON, VA 22202

703-416-0720
703-415-1450

COMPREHENSIVE TECH.
BILL McCENEY
3951 PENDER DRIVE
SUITE 120
FAIRFAX, VA 22030

703-383-7200
703-352-6765

INTERNATIONAL

COMPUTER BASED SYSTEMS, INC.
ANN MARIE TRIPLETT
2750 PROSPERITY AVE., SUITE 300
FAIRFAX, VA 22031

703-849-8080
703-849-1763

Page 3
12/11/97

BIDDER'S MAILING LIST FOR
RS-IRM-97-195
SOLICITATION NUMBER:
PHONE / FAX
COMPANY
(Large Busineses are Identified with an Asterisk)
COMPUTER RESOURCE MANAGEMENT, INC.
EDITH TRUMP
950 HERNDON PARKWAY SUITE 360
HERNDON, VA 20170

703-435-7613
703-834-1294

CONVENANT INDUSTRIES, INC.
STATNEY LATTIN JR.
P.O.BOX 5189
WEST COVINA, CA 91791

626-330-3500
626-369-0471

DATA MONITOR SYSTEMS, INC.
WILLIAM L. HARPER
1120 S. DOUGLAS BLVD.,
MIDWEST CITY, OK 73130

405-737-7950
405-736-0723

DCCA
DAVID E. BOWER, JR.
P.O. BOX 2665
COLUMBIA, MD 21045

301-621-8740
410-992-3760

DEL MAR ASSOCIATES, INC.
TONY COMFORT
3237 CISMONT COURT
WOODBRIDGE, VA 22192

703-491-3051
703-491-3051

DP ASSOCIATES INC.,
TOMMIE L. BATTS
4900 CENTURY STREET
HUNTSVILLE, AL 35816

205-837-8300
205-837-8454

E.J. HERRING AND SON INC
MARY CAMERON
621 CENTRAL AVENUE
UNIT 501
EDGEWATER, MD 21037

410-798-0939
410-798-6505

EIS SERVICES, INC.
ROBERT L. PATTERSON
7700 LEESBURG PIKE SUITE 125
FALLS CHURCH, VA 22043

703-749-0007
703-749-0009

Page 4
12/11/97

BIDDER'S MAILING LIST FOR
SOLICITATION NUMBER:
RS-IRM-97-195

PHONE / FAX
COMPANY
(Large Busineses are Identified with an Asterisk)
ERIN SERVICES, INC.
DENNIS J. DONNELLY,III
ERIN SERVICES, INC. P.O. BOX-24477
111 PALMETTO COURT
ST. SIMONS ISLAND, GA 31522

912-638-9916
912-638-5701

FEDERAL MANAGEMENT SYSTEMS, INC.
ABE KELLIZY
6401 GOLDEN TRIANGLE DRIVE,SUITE450
GREENBELT, MD 20770

301-441-9451
301-441-8270

FEDERAL SOURCES INCORPORATED
JENNIFER ABBOTT
8400 WESTPARK DRIVE 4TH FLOOR
MC LEAN, VA 22102

703-610-8700
703-883-0362

FIRST FEDERAL CORPORATION
SANDRA GUIDERA
4910 MASSACHUTTS AVE. NW SUITE 16

202-362-9884
202-244-2478

WASHINGTON, DC 20016

919-544-7219
301-415-8157

G & M ASSOCIATES
MICHEAL MACON
4927 FAYETTEVILLE RD.

SUITE 200

DURHAM, NC 27713
G.C. MANAGEMENT ASSOCIATES
JAN L. ATKINSON
11124 RICH MEADOW DRIVE
GREAT FALLS., VA 22066

703-404-2259
703-404-2472

GMSI
SHERRY EMBREY
TWO DEMOCRACY PLAZA
6707 DEMOCRACY BLVD,
BETHESDA, MD 20817

301-493-9193
SUITE 200

GOVERNMENT CONTRACT SREVICES
JANE LOCKE
1000 NORTH DIXIE HIGHWAY SUITE B
WEST PLAM BEACH, FL 33401

561-833-3385
561-833-5388

Page 5
12/11/97
BIDDER'S MAILING LIST FOR
SOLICITATION NUMBER:
RS-IRM-97-195
PHONE / FAX
COMPANY
(Large Busineses are Identified with an Asterisk)
IIT RESEARCH INSTITUTE
PETER McGRATH
1921 GALLOWS ROAD
SUITE 730
VIENNA, VA 22182

703-918-4480
NONE

INFORMATION TECH.SOLUTIONS INC.,
KEVIN WAGER
2021 CUNNINGHAM DRIVE, SUITE 303
HAMPTON, VA 23666

757-827-8443
757-827-3560

INNOVATIVE LOGISTICS
ANTONIO JENKINS-LARA
1505, BOX 025207
MIAMI, FL 33102

011-507-224-9847
011-507-224-9794

INTEGRITY MANAGEMENT INTERNAITONAL
SUSAN LIPSCOMB
1931 SAN MIGUEL DRIVE
SUITE 210
WALNUT CREEK, CA 94596

510-934-6771
510-934-8249

ITS FEDERAL
CAMILLE R. MORRIS
P.O. BOX 1148
VENTURA, CA 93002

805-641-0093
805-641-0190

ITS SERVICES, INC.
STEPHANE BRAUN
6800 BACKLICK ROAD SUITE 204
SPRINGFIELD, VA 22150

703-644-6433
703-644-6435

J.H.M.RDG INC.,
RICK KEIR
6930 CARROLL AVE., SUITE 700
TAKOMA PARK, MD 20912

301-270-1225
301-270-3585

JRS MANAGEMENT
JACQULINE SIMS
3104 LUMAR DRIVE
FORT WASHINGTON, MD 20744

301-248-1309
301-248-5628

Page
6
12/11/97

BIDDER'S MAILING LIST FOR
SOLICITATION NUMBER:
RS-IRM-97-195
PHONE / FAX
COMPANY
(Large Busineses are Identified with an Asterisk)
KATHPAL TECH INC.
RICHARD HARRISON
2230 GALLOWS ROAD SUITE 380
DUNN LORING, VA 22027

703-573-7791
703-573-7793

KEVRIC COMPANY, INC.
DAVID W. ALLEN SR.
SILVER SPRING METRO PLAZA ONE
8401 COLESVILLE ROAD, SUITE 610
SILVER SPRING,, MD 20910

301-588-6000
301-588-1777

LABAT- ANDERSON INC.
MIRA ALI
8000 WESTPARK DRIVE SUITE 400
MC LEAN, VA 22102

703-506-9600
703-506-4646

LADUCER & ASSOCIATES,
JEFF GRANT
201 MISSOURI DRIVE
MANDAN, ND 58554

701-667-1980
701-667-2970

INC.

LANDIS & STAEFA
SUSAN GOELDNER
FACILITY MANAGEMENT SERVICE
801 ASBURY DRIVE
BUFFALO GROVE, IL 60089

847-215-5131
NONE

LBB, INCORPORATED
DORIS HERTEL
13 KOGER CENTER STE. 100
NORFOLK, VA 23502

757-893-9159
757-893-9178

MANAGEMENT SOLUTIONS LLC
JOHN THIES
15 FUTURITY PLACE
TIJERAS, NM 87059

505-768-8743
NONE

MANY ARROW R CORPORATION
S.M. ROSE
P.O. DRAWER KJ
WILLIAMSBURG, VA 23187

804-253-0344

Page 7
12/11/97
BIDDER'S MAILING LIST FOR
SOLICITATION NUMBER:
RS-IRM-97-195
COMPANY
PHONE / FAX
(Large Busineses are Identified with an Asterisk)
MC NEIL TECHNOLOGIES, INC.
KAREN THOMAS
6564 LOISDALE COURT SUITE 800
SPRINGFIELD,, VA 22150

703-921-1600
703-921-1610

MCSI TECHNOLOGIES INC.
MARION A. PORTER
8401 COLESVILLE ROAD SUITE 305
SILVER SPRING, MD 20910

301-495-4444
301-495-4475

MSTC, INC.,
NANCY DEWEY
3541 CHAIN BRIDGE ROAD,
FAIRFAX, VA 22030

703-385-7074
703-385-7040
#9

MULTIMAX, INC.,
MICHELLE Y. FLING
1608 SPRING HILL ROAD SUITE 438
VIENNA, VA 22182

703-761-7988
703-761-1998

NATI
K.J. ANDERSON
3703 BENNING ROAD NE.,
WASHINGTON, DC 20019

202-397-2200
202-396-6566

NETWORK AUTOMATION TECH.
DOUGH INGLES
8201 GREENSBORO DR
SUITE 1000
McLEAN, VA 22102

703-714-6997
703-714-6998

NVT TECHNOLOGIES INC.,
TIMOTHY F. REGAN
21515 RIDGETOP CIRCLE SUITE 300
STERLING, VA 20166

703-406-8000
703-406-0751

OFFICE MANAGEMENT & DESIGN CONS.,
GLORIA H. REASE
1300 MERCANTILE LANE SUITE 139
LANDOVER, MD 20785

301-218-8300
301-218-8395

Page 8
12/11/97

BIDDER'S MAILING LIST FOR
SOLICITATION NUMBER:
RS-IRM-97-195
COMPANY
PHONE / FAX
(Large Busineses are Identified with an Asterisk)
ONES MEDICAL SERVICES
LARRY W.DANCY
425 SOUTHLAKE BLVD, SUITE 2B
RICHMOND, VA 23236

PEMCO CONSULTING INC.
MR. PRESCOTT SHERROD
615 N. BIRDNECK RD. SUITE 109
VIRGINIA BEACH, VA 23451

301-415-8157

757-437-8862

757-437-8836

PRAGMATICS INC.
DR. KIM NGUYEN
8301 GREENSBORO DRIVE SUITE 225
MC LAN, VA 22102

703-761-4033
703-761-4089

PROFESSIONAL PERFORMANCE DEV. CORP.
KLAUS M. SCHONFELD
7272 WURZBACH ROAD SUITE 1504
SAN ANTONIO, TX 78240

210-615-1117
210-615-1158

PULSAR DATA SYSTEMS INC.
VICTOR SMIGEL
4500 FORBES BLVD.,
LANHAM, MD 20706

301-415-6577
301-415-8157

PURDEY ASSOCIATES ENG.
LOUIS A. PURDEY
P.O. BOX 1158
YORKTOWN, VA 23692

757-898-1241
757-898-1241

R&A TECHNICAL SERVICES
MARK HOSKINS
66 EAST EXCHANGE PLACE
SALT LAKE CITY, UT 84111

801-524-0100
801-525-0081

RAI RAPID
MARK POMPLON
8221 PRESTON COURT
JESSUP, MD 20794

301-776-5000
301-776-3690

Page 9
12/11/97

BIDDER'S MAILING LIST FOR
SOLICITATION NUMBER:
RS-IRM-97-195
PHONE / FAX
COMPANY
(Large Busineses are Identified with an Asterisk)
REMTECH SERVICES, INC.
JOHN D. SHERIFF
804 MIDDLE GROUND BLVD., SUITE A
NEWPORT NEWS,, VA 23606

757-873-8733
757-873-8403

RGI, INC.
LAURA KRUCZKOWSKI
5203 LEESBURG PIKE, SUITE 1300
FALLS CHURCH,, VA 22041

703-820-4900
703-820-4906

RICK MONTOYA SERVICES, INC.
JOSEPH L. STACK
WESTERN BANK BUILDING
201 N. CHURCH ST., SUITE 308
LAS CRUCES, NM 88001

505-523-2500
505-523-5600

RIO TECHNICAL SERVICES, INC.
LINDY R. WALKER
4636 SW LOOP 820 SUITE 183
FT. WORTH., TX 76109

817-735-8264
817-735-8342

RSIS
ZENI ZOLETA
1651 OLD MEDOW ROAD 5TH FLOOR
MC LEAN, VA 22102

703-734-7800
703-734-7808

RULAND ASSOCIATES, INC.,
JAMES RULAND
P.O. BOX 790
CHARLES TOWN,, WV 25414

304-728-6225
304-728-0136

SCITECH SERVICES, INC.
LESLIE BARNETT
1311 CONTINENTAL DRIVE SUITE G,
ABINGDON, MD 21009

410-671-7104
410-676-2304

SDC, INCORPORATED
V.P. GILCHRIST
6703 ODYSSEY DRIVE, SUITE 103
HUNTSVILLE, AL 35806

205-971-0042
205-971-0047

Page 10
12/11/97

BIDDER'S MAILING LIST FOR
SOLICITATION NUMBER:
RS-IRM-97-195
PHONE / FAX
COMPANY
(Large Busineses are Identified with an Asterisk)
SETA
JOHN E. LEONARZ DIRECTOR, CONTRACTS
6862 ELM STREET
MC LEAN, VA 22101

703-821-8178
703-821-8274

SHERIKON INC.
SHARON ORCHARD
92 THOMAS JOHNSON DRIVE SUITE 130
FREDERICK, MD 21702

301-698-2686
301-698-9894

SMART TECHNOLOGY INC.
CLIFTON JOHNSON SR
5510 CHEROKEE AVE
SUITE 110
ALEXANDRIA, VA 22312

703-941-9080
703-941-9084

SSSI CORPORATION
DANA GOODRICH
9891 BROKEN LAND PARKWAY
SUITE 100
COLUMBIA, MD 21046

410-381-2342
410-381-2344

STATELLITE SERVICES
DENNIS LA PORTE
309 S FRONT
MARQUETTE, MI 49855

906-228-6492
906-226-3997

STG, INC.
MAUREEN SCHREIBER
3702 PENDER DRIVE, SUITE 250
FAIRFAX, VA 22030

703-691-2480
703-691-3467

SYMTECH CORPORATION
ROY AUSTIN
3089 TRACY BLVD #201
TRACY, CA 95376

209-836-4733
209-832-1154

SYSTEMS PLU, INC.
CHERLY GINGRAS
1370 PICCARD DRIVE, SUITE 270
ROCKVILLE, MD 20850

301-948-4232
301-948-3918

Page 11
12/11/97
BIDDER'S MAILING LIST FOR
SOLICITATION NUMBER:
RS-IRM-97-195
COMPANY
PHONE / FAX
(Large Busineses are Identified with an Asterisk)
SYTEL INC.
PHILLIP C. SELZ
6430 ROCKLEDGE DRIVE SUITE 400
BETHESDA, MD 20817

301-530-1000
301-530-1032

TAM INC.,
CHARLES G. DAVIS
6411 IVY LANE, SUITE 502
GREENBELT, MD 20770

301-220-0010
301-220-0082

TECH SYSTEMS, INC
MARSHALL L. SNEIDERMAN
P 0. BOX 50
CABIN JOHN, MD 20818

301-469-7762
301-469-6413

THE MIL CORPORATION
LEE ANN 'OMALLEY
OMINI PROFESSIONAL CENTER
4000 MITCHELLVILLE ROAD, SUITE 212
BOWIE, MD 20716

301-805-8500
301-805-8505

TRANSTECS CORPORATION
GODWIN OPAPA
ENG. MGMT SERVICE
P.O.BOX 781912
WICHITA, KS 67278

316-651-0389
NONE

UHD
JOSEPH L. FORD JR.,
20 WEST GUDE DRIVE,
ROCKVILLE, MD 20850

301-340-8899
301-217-0131

USROBOTECH, INC
SHAWNDA E. TAYLOR
305 N.E. LOOP 820,
HUSTON, TX 76053

817-284-9866
817-284-4922
SUITE 602

WALL STREET NETWORK.,
MARIE MAZELIS
100 WALL STREET
NEW YORK, NY 10005

INC.

212-635-0100
212-635-0030

Page 12
12/11/97

BIDDER'S MAILING LIST FOR
SOLICITATION NUMBER:
RS-IRM-97-195
COMPANY
PHONE / FAX
(Large Busineses are Identified with an Asterisk)
WANG GOVERNMENT SERVICES INC.
JAMES BRADY,M\S 1103
7900 WEST PARK DRIVE,
MC LEAN, VA 22102

703-827-3948
703-827-6333

WILKINS SYSTEMS, INC.
MICHEAL. A. SHAFFER
7112 WILLOWS AVE
TAKOMA PARK, MD 20912

301-270-4501
301-270-2256

WPI INC.,
NOEL M. MUSSELMAN
250 HUNGERFORD DRIVE SUITE 109
ROCKVILLE, MD 20850

301-294-8811
301-309-6830

Z,INC.
JOSEPH BROSS
8630 FENTON STREET
SUITE 510
SILVER SPRING, MD 20910

301-585-3403
NONE

ZAI AMELEX
SUZANNA SWENSON
829 BOONE BLVD
SUITE 300
VIENNA, VA 22182

703-883-0506
703-883-0526

SOLICITATION, OFFER AND AWARD
Page 1 of 3 Pages
1. This contract is a rated order under DPAS(15 CFR 700) RATING:
2. CONTRACT NO.

3. SOLICITATION NO.
RS-IRM-97-195

4. TYPE OF SOLICITATION
[ ] SEALED BID (IFB)
[XI NEGOTIATED (RFP)

5. DATE ISSUED

6. REQUISITION/PURCHASE REQ. NO.
IRM-97-195

7. ISSUED BY
CODE
ATTN: RS-IRM-97-195
U.S. Nuclear Regulatory Commission
Div. of Contracts & Prop. Mgmt.
Contract Management Branch No. 3
Mailstop T-712
Washington, D.C. 20555

8. ADDRESS OFFER TO
(If other than Item 7)

NOTE: In sealed bid solicitations,

"of er"/"offeror" mean "bid"/"bidder".

SOLICITATION
9. Sealed offers for furnishing the services or supplies in the schedule are
due at 3:30 PM, Washington, DC local time on
'IAN 1 2 lqqa
. Offers sent
through the U.S. Mail (including U.S. Postal Service Express Mail Next Day
Service - Post Office to Addressee) must be addressed to the place specified
in Item 7.
All hand-carried offers including those delivered by private delivery services
(e.g. Federal Express and Airborne Express) must be delivered to the loading
dock security station located at 11555 Rockville Pike, Rockville, Maryland
20852 and received in the depository located in Room T7-12. All offerors
should allow extra time for internal mail distribution. NRC is a secure
facility with perimeter access-control and NRC personnel are only available to
receive hand-carried offers during normal working hours, 7:30 AM - 3:30 PM,
Monday through Friday, excluding Federal holidays.
Offerors should clearly identify the RFP number on the outside wrapper. IFBs
should have the Optional Form (OF) 17, "Sealed Bid Label," affixed to the
outside wrapper.
CAUTION - LATE SUBMISSIONS, MODIFICATIONS AND WITHDRAWALS.
PROVISION NO. 52.214-7 OR 52.215-10.

SEE SECTION L.

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

10. FOR INFORMATIONIA. NAME:
Code)
CALL:
IEdna Knox-Davin

EXCEPTION TO STANDARD FORM 33 (REV.4-85)

|B. TELEPHONE NO.

(Include Area

(NO COLLECT CALLS)
(301) 415-6577
Prescribed by GSA

FAR(48 CFR) 53.214(c)

SOLICITATION, OFFER AND AWARD
11.
X SEC

Page 2 of 3 Pages

TABLE OF CONTENTS
DESCRIPTION

PART I

PAGE(S)

- THE SCHEDULE

A
B
C
D
E
F
G
H

SOLICITATION/CONTRACT FORM
SUPPLIES OR SERVICES AND PRICES/COSTS
DESCRIPTION/SPECIFICATIONS/WORK STATEMENT
PACKAGING AND MARKING
INSPECTION AND ACCEPTANCE
DELIVERIES OR PERFORMANCE
CONTRACT ADMINISTRATION DATA
SPECIAL CONTRACT REQUIREMENTS

I

CONTRACT CLAUSES
PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS
LIST OF ATTACHMENTS
PART IV - REPRESENTATIONS AND INSTRUCTIONS
REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS
EVALUATION FACTORS FOR AWARD

PART II -

J
K
L
M

CONTRACT CLAUSES

OFFER (Must be fully completed by offeror)
NOTE:

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

12. In compliance with the above, the undersigned agrees,
accepted within

calendar days

if this offer is

(60 calendar days unless a different period

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

(See Section I, Clause No. 52.232-8)

20 CALENDAR DAYS

0

30 CALENDAR DAYS

0~~~~

CALENDAR DAYS

0-

06

14. ACKNOWLEDGMENT OF AMENDMENTS The offeror acknowledges receipt of
amendments to the SOLICITATION for offerors and related documents numbered and
dated:
AMENDMENT NO.

DATE

EXCEPTION TO STANDARD FORM 33

AMENDMENT NO.

(REV.4-85)

DATE

Prescribed by GSA
FAR(48 CFR) 53.214(c)

SOLICITATION, OFFER AND AWARD
OFFER (CONTINUED)
15A. NAME AND
ADDRESS
OF
OFFEROR

CODE

|

|

15B. TELEPHONE NO. (Include Area
Code)

FACILITY |

Page 3 of 3 Pages
16. NAME AND TITLE OF PERSON
AUTHORIZED TO SIGN OFFER
(Type or print)

15C. CHECK IF REMITTANCE ADDRESS IS
t J DIFFERENT FROM ABOVE - ENTER SUCH
ADDRESS IN SCHEDULE
18. OFFER DATE:

17. SIGNATURE:

AWARD (To be completed by Government)
19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT

21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:
10 U.S.C. 2304(c)[ ]
[ ] 41 U.S.C. 253(c)[ ]
23. SUBMIT INVOICES TO ADDRESS SHOWN IN
(4 copies unless otherwise specified)

24. ADMINISTERED BY

CODE

25.

(If other than Item 7)

ITEM

PAYMENT WILL BE MADE BY CODE

U.S. Nuclear Regulatory Commission
Division of Accounting & Finance
GOV/COM Accounting Sec.

Washington, DC
26. NAME OF CONTRACTING OFFICER
(Type or Print)

- T9-E2

20555

27. UNITED STATES OF AMERICA

28.AWARD
DATE

(Signature of Contracting Officer)
IMPORTANT - Award will be made on this Form or on Standard Form 26,
or by other authorized official written notice.
EXCEPTION TO STANDARD FORM 33

(REV.4-85)

Prescribed by GSA
FAR(48 CFR) 53.214(c)

TABLE OF CONTENTS

PAGE

SOLICITATION, OFFER AND AWARD
PART I - THE SCHEDULE

. . . . . . . . . . . . .

5

SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS . . . . . . .
B.1
. . . . . . . . . . . . . . . . . .
PROJECT TITLE
BRIEF DESCRIPTION OF WORK (MAR 1987) . . . . . . .
B.2
CONSIDERATION AND OBLIGATION--COST PLUS FIXED FEE
B.3
(JUN 1988) ALTERNATE I (JUN 1991)

5
5
5
5

SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT ..

. . .

6

. . . . . . . . . . . . . . .

22
22

SECTION D

D.1

-

PACKAGING AND MARKING

PACKAGING AND MARKING (MAR 1987)

. . . . . . . . .

SECTION E - INSPECTION AND ACCEPTANCE . . . . . . . . . . . . . . .
CLAUSES INCORPORATED BY REFERENCE (JUN 1988)
52.252-2
E.1
PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987)
. . . .
E.2

23
23
23

SECTION F - DELIVERIES OR PERFORMANCE . . . . . . . . . . . .
52.252-2
CLAUSES INCORPORATED BY REFERENCE (JUN 1988)
F.1
2052.212-72 FINANCIAL STATUS REPORT (DEC 1995) .
F.2
. . . . .
F.3
PLACE OF DELIVERY--REPORTS (JUN 1988)
F.4
DURATION OF CONTRACT PERIOD (MAR 1987) . . . . .
ALTERNATE 2 (MAR 1987)
F.5
RESOLVING NRC CONTRACTOR DIFFERING PROFESSIONAL
VIEWS (DPVs)
. . . . . . . . . . .
F.6
REPORTS AND DOCUMENTATION

24
24
24
26
26

. . . . . . . . . . . . .
SECTION G - CONTRACT ADMINISTRATION DATA
. . . . .
G.1
NRCAR 2052.215-71 PROJECT OFFICER AUTHORITY
(JAN 1993)
G.2
NRCAR 2052.216-71 INDIRECT COST RATES (JAN 1993)
*. .
G.3
USE OF AUTOMATED CLEARING HOUSE (ACH)
. . . . . * . .

29

26
27
29
31

31

ELECTRONIC PAYMENT

G.4

LIQUIDATED DAMAGES . . . . . . . . . . . . . . .

*.

.

SECTION H - SPECIAL CONTRACT REQUIREMENTS . . . . . . . .
.
.
.
.
.
.
.
.
H.1
2052.204-70 SECURITY . . . . . . . . . . . .
.
.
.
.
H.2
NRCAR 2052.204-71 SITE ACCESS BADGE
. . . .
REQUIREMENTS (JAN 1993)
NRCAR 2052.209-73 CONTRACTOR ORGANIZATIONAL
H.3
CONFLICTS OF INTEREST (JAN 1993)
NRCAR 2052.215-70 KEY PERSONNEL (JAN 1993) .
H.4
NRCAR 2052.235-72 SAFETY, HEALTH, AND FIRE .
H.5
PROTECTION (JAN 1993)
DETERMINATION OF MINIMUM WAGES AND FRINGE BENEFITS . .
H.6
(NOV 1989)
GOVERNMENT FURNISHED EQUIPMENT/PROPERTY - NONE PROVIDED
H.7
(JUN 1988)
i

32

34
34
39
39
44
45
45
45

PAGE

TABLE OF CONTENTS
H.8

PART II

-

. . . . . .
DENIAL OF FEDERAL BENEFITS TO INDIVIDUALS
CONVICTED OF DRUG TRAFFICKING OR POSSESSION (SEP 1990)

45

. . . . . . . . . . . . . . . . . . . .

46

. . . . . . . . . .

. .

46

52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN
52.217-9 OPTION TO EXTEND THE TERM OF THE . . .
CONTRACT (MAR 1989)
52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)
52.222-42
STATEMENT OF EQUIVALENT RATES FOR . .
FEDERAL HIRES (MAY 1989)
52.216-21 REQUIREMENTS (OCT 1995)
. . . . . . .

1988)
. . .

46
48

.

. . .

48
49

. . .

50

.

.

52

.

52

. . . . . . . . . . . . . . . .

52

CONTRACT CLAUSES

SECTION I - CONTRACT CLAUSES

I.1
I.2
I.3
I.4
I.5
PART III

LIST OF DOCUMENTS, EXHIBITS AND OTHER-ATTACHMENTS

-

SECTION J

J.1

. . . . .

-

LIST OF ATTACHMENTS

ATTACHMENTS

....

(MAR 1987)

. .

PART IV - REPRESENTATIONS AND INSTRUCTIONS

. . . . . .

.

. . . . .

. . . . . . . . . . . .

. . . . . . . . .
SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND
OTHER STATEMENTS OF OFFERORS
K.1
52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMEN
TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (APR 1991)
52.204-3
TAXPAYER IDENTIFICATION (JUN 1997) . . . . .
K.2
K.3
52.204-6 CONTRACTOR IDENTIFICATION NUMBER--DATA UNIVERS
NUMBERING SYSTEM (DUNS) NUMBER (DEC 1996)
K.4
52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS
(MAR 1996)
. . . . . . .
TYPE OF BUSINESS ORGANIZATION
K.5
52.215-6
(JUL 1987)
52.215-11 AUTHORIZED NEGOTIATORS (APR 1984) . . . . .
K.6
K.7

K.8
K.9
K.10
K.11
K.12
K.13
K.14

52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS

.

.

(JAN 1997)
52.222-21 CERTIFICATION OF NONSEGREGATED FACILITIES
(APR 1984)
52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS
(APR 1984)
52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) .
CLEAN AIR AND WATER CERTIFICATION (APR 1984)
52.223-1
NRCAR 2052.209-70 QUALIFICATIONS OF CONTRACT . . . . .
EMPLOYEES (JA
1993)
. . . . . . .
NRCAR 2052.209-71 CURRENT/FORMER AGENCY
EMPLOYEE INVOLVEMENT (JAN 1993)
. . . . .
NRCAR 2052.209-72 CONTRACTOR ORGANIZATIONAL
CONFLICTS OF INTEREST (REPRESENTATION) (JAN 1993)

SECTION L - INSTRUCTIONS, CONDITIONS, AND . . . . . . . . . . . . .
NOTICES TO OFFERORS
~~~ii
-

53
53
53
54
55
56
58
58
59

61
62
62
62
63
63
64

65

TABLE OF CONTENTS
L.1
L.2

L.3
L.4
L. 5
L. 6
L. 7
L.8
L. 9
L. 10
L. 11
L.12
L.13
L.14

52.252-1 SOLICITATION PROVISIONS INCORPORATED . . . .
BY REFERENCE (JUN 1988)
52.215-41 REQUIREMENTS FOR COST OR PRICING DATA OR
INFORIATION OTHER THAN COST OR PRICING
DATA (JAN 1997) ALTERNATE I (OCT 1995)
. . . . . . . .
52.216-1
TYPE OF CONTRACT (APR 1984)
52.233-2
SERVICE OF PROTEST (AUG 1996)
. . . . . . .
.
. . . . . . . . .
52.237-1 SITE VISIT (APR 1984)
NRCAR 2052.215-74 TIMELY RECEIPT OF PROPOSALS (JAN 1993
NRCAR 2052.215-75 AWARD NOTIFICATION AND . . . . . . .
COMMITMENT OF PUBLIC FUNDS (JAN 1993)
NRCAR 2052.215-76 DISPOSITION OF PROPOSALS . . . . . .
2052.215-77 PROPOSAL PRESENTATION AND FORMAT (DEC 1995)
NRCAR 2052.216-70 LEVEL OF EFFORT (JAN 1993) . . . . .
NRCAR 2052.222-70 NONDISCRIMINATION BECAUSE
. . . . .
OF AGE (JAN 1993)
ACCEPTANCE PERIOD (MAR 1987) . . . . . . . . . . . . .
. . . . . . . . . . . .
ESTIMATED DURATION (JUN 1988)
USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC . . .
PAYMENT/REMITTANCE ADDRESS

. . .
SECTION M - EVALUATION FACTORS FOR AWARD
. . . . . . .
52.252-1 SOLICITATION PROVISIONS INCORPORATED . .
M.1
BY REFERENCE (JUN 1988)
NRCAR 2052.215.84 CONTRACT AWARD AND EVALUATION
M.2
OF PROPOSALS - TECHNICAL MERIT MORE IMPORTANT
THAN COST (JAN 1993)
EVALUATION CRITERIA (MAR 1987) . . . . . . . . . .
M.3

iii

PAGE
65
65

67
67
68
68
68
69.
69
72
72
73
73
73
75
75
75
76

Section B

RS-IRM-97-195

PART I - THE SCHEDULE

SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
B.1

PROJECT TITLE
The title of this project is as follows:
Operation of NRC Data Centers
[End of Clause]

B.2

BRIEF DESCRIPTION OF WORK (MAR 1987)
The Contractor shall provide the necessary personnel and
resources and other services necessary to assist the NRC in
the analysis, review, maintenance and update of the NRC
Data Centers Operations Manual, as well as the
operation and management of those facilities in accordance
with the NRC Data Center Operations Manual.
[End of Clause]

B.3

CONSIDERATION AND OBLIGATION--COST PLUS FIXED FEE
(JUN 1988) ALTERNATE I (JUN 1991)
(a) The total estimated cost to the Government for full
, of which the sum of
performance of this contract is _ *
*__

which

represents the estimated reimbursable costs,
_*_

and of

represents the fixed fee.

(b) There shall be no adjustment in the amount of the Contractor's
fixed fee by reason of differences between any estimate of
cost for performance of the work under this contract and the
actual cost for performance of that work.
(c) The amount currently obligated by the Government with respect
to this contract is

*

, of which the sum of

*

represents the estimated reimbursable costs, and of which
*
represents the fixed fee.
(d) It is estimated that the amount currently allotted will cover
performance through

_*

[End of Clause]
*To be incorporated into any resultant contract

Page 5 of 76

Section C

RS-IRM-97-195

SECTION C - DESCRIPTIONISPECIFICATION/WORK STATEMENT
CA STATEMENT OF WORK
C.1.1 Purpose
The Contractor shall provide the necessary personnel, supervision, and resources to
support the U.S. Nuclear Regulatory Commission's Data Centers operations.
C.1.2 Background
C.1.2.1 DefinitionlAcronyms
24 by 7
AD
ARMS
Availability
CBT

- 24 hours per day, 7 days per week
- Advanced Design
- Automated Records Management System
- The time the data center shall be available to users
- Computer Based Training
- Computer & Communication Support Section
CCSS
- Configuration Management
CM
- Contracting Officer Technical Representative
COTR
- The time the Contractor shall be onsite covering the data center
Coverage
- NRC's Data Center Operation Manual
NDCOM
- Emergency Response Data System
ERDS
- U.S. Nuclear Regulatory Commission
NRC
- Nuclear Document search and retrieval application
Nudocs
- Original Equipment Manufacturer
OEM
Operation
- The time the data center shall be up and available for use
OWFN
- One White Flint North
Project Manager - Contractors on-site project manager
- Government's contract monitor and technical adviser
Project Officer
- Government's technical adviser on a special application
Task Manager
TWFN
- Two White Flint North
C.1.2.2 Data Center Description
The NRC operates three Data Centers located in Rockville, Maryland. Two of these
Data Centers are at the White Flint North complex with the third Data Center at 40 Vest
Gude Drive. Each Data Center has its own schedule for operation and coverage
detailed elsewhere in the solicitation.

Page 6 of 76

RS-IRM-97-195

Section C

The primary Data Center is in Two White Flint North, 11545 Rockville Pike, Rockville,
MD 20852. This center houses the NRC computers used to process the agency's
administrative systems, such as Payroll and Personnel and the Emergency Response
Data System. The TWFN Center also provides remote printing from the timesharing
computing resources at the National Institutes of Health, Idaho National Engineering
Laboratory, U.S. Department of Treasury and other facilities.
A contingent facility to the TWFN Data Center is in One White Flint North, 11555
Rockville Pike, Rockville, MD 20852. This center also serves as an output distribution
location for the OWFN building. Monitoring of the equipment in this center is done
remotely from the TWFN center and generally operates as a lights out center. This
center is checked hourly when reports are delivered.
The Gude Data Center, at 40 West Gude Drive, Rockville, MD 20850, supports the
NRC's Nudocs transaction processing application. During the first six months of this
contract, the NRC plans to convert the transaction processing to a new platform. NRC
anticipate's that this new platform will not require Operator support and will result in
reduction in effort during the contract.
Throughout the life of this contract the NRC anticipates that the level of effort will be
reduced due to the conversion of our current applications onto new platforms. The
reduction in effort should level off by the year 2000. Any reduction in effort shall be
accompanied by a supplemental agreement to this contract.
C.1.2.3 Hardware Description
NRC has the following types of computer hardware installed in the Data Centers: Data
General (DG) MV/10000, MV/15000 and MV/60000; International Business Machine
(IBM) 9370 and RS/6000; Hewlett Packard (HP) 9000, Digital Equipment Corporation
(DEC) ALPHA and Sun SPARC machines. Other equipment used in these centers
includes that which is typically associated with data centers, such as printers, tape
drives (reels and cartridges), tape robotic systems, disk drives, bursters, folder/sealers,
decollaters and Uninterruptable Power Supplies (UPS).
C.1.2.4 Software Description
The following operating systems shall be supported by the computer Operators: DG
AOSNS 11; IBM VM/ESA and AIX; DEC VMS; Sun Solaris and HP-UX. Commercial
software supported includes TCP/IP, XODIAC, DUMP3/LOAD3, DUMPII/LOADII, CLI,
ORACLE, INFOS, SNA, CP, CMS, CICS, JES2, SYBACK, NETWARE and other
Page 7 of 76

Section C

RS-IRM-97-195

products that directly support operations and communications of the operating systems
listed.
C.1.3 Scope of Work
C.1.3.1 Task #1 - Review/Update of the NRC Data Centers Operations Manual
The Contractor shall review the NRC's Data Center Operations Manual (NDCOM).
Throughout the life of the contract, the Contractor shall recommend updates to the
NDCOM to maximize the efficiency of the management, on-site operation, and
maintenance of the Data Center to the NRC Project Officer. The Contractor shall
implement the changes to the NDCOM under the scope of this contract upon written
approval of the NRC Project Officer. Any modifications that change the level of effort
shall be approved by the NRC Contracting Officer before implementation.
C.1.3.2 Task #2 - Implementation of Configuration Management Plan
The Contractor shall complete the implementation of the CCSS Configuration
Management Plan. The development and implementation of the CM are being
performed in four phases. The first two phases; definition of CCSS configuration
management requirements and the implementation of the CM recommendation on the
computer equipment maintained in the Data Center is expected to be completed by the
incumbent Contractor. The final two phases implements the CM recommendations on
the Network Infrastructure and on the Telecommunications Infrastructure.
The Contractor shall be responsible for maintaining the CM system. Updates shall be
entered into the system within one working day of receipt to ensure a reliable database
of NRC's infrastructure data.
The Contractor shall recommend updates to the CM plan to incorporate changes in the
environment to the NRC Project Officer. The Contractor shall implement the changes
to the CM under the scope of this contract upon written approval of the NRC Project
Officer. Any modifications that change the level of effort shall be approved by the NRC
Contracting Officer before implementation.

Page 8 of 76

Section C

RS-IRM-97-195

C.1.3.3 Task #3 - Operation of NRC Data Centers
C.1.3.3.1 Introduction
The Contractor shall be responsible for the day to day operation of all the NRC Data
Centers. The operation of these centers shall be according to the NDCOM and the CM
described in tasks one and two.
The operating and coverage requirements for the centers are;
One White Flint North
Room: 2G3

Operation: Daily, 24 hours per day
Coverage: Every hour on the hour Monday through
Friday, 7:00 am to 5:00 pm.

Two White Flint North
Rooms: 5B1,3,5,7,9,11,
13,15,17,19,21

Operation: Daily, 24 hours per day
Coverage: Monday 6:00 am through
Saturday 5:00 pm.

40 West Gude Drive
Room: 130

Operation: Monday - Friday, 16Y 2 hours per day
Coverage: Monday - Friday, 6:30 am to 11:00 pm.

NRC has specialized applications that are run within these Data Centers. Each of
these specialized applications requires a Task Manager. Task Managers work with the
Project Officer and the Project Manager to plan for operational changes, review
changes to the NDCOM, request execution of ad-hoc features and provide technical
assistance. Task Managers also assist the Project Officer in verifying that all of the
NDCOM procedures are being followed.
The following applications require Task Managers;
Emergency Response Data System:
Nuclear Document Application (NUDOCS):
Payroll/Personnel Application:

C.1.3.3.2 Staffing/Scheduling
C.1.3.3.2.1 Staffing and Scheduling During Routine Operations
The Contractor shall ensure that all Data Centers are in a constant state of readiness
and are appropriately staffed for the work load requirements. At the beginning of each

Page 9 of 76

RS-IRM-97-195

Section C

shift, Operators shall review all open events and problem logs. At no time shall the
Operator end his or her shift until the following shift Operator is on site.
Monthly work schedules shall be developed by the Contractor and submitted to the
NRC Project Officer for review. The work schedule shall incorporate the coverage
requirements for each center, cross training assignments and any planned vacations.
TWFN and Gude Data Centers shall have at least one Operator on duty during all of
the required hours of coverage. The Contractor may create flexible work schedules to
optimize staffing. All schedules are subject to change according to NRC's processing
requirements.
Hours of service and time allocated for shutdown, as established by the NRC-approved
shift schedule, may vary at each Data Center. In no instance shall any Data Center
services be unavailable due to lack of Operator support for more than 15 minutes per
day of the NRC-approved shift schedule. Penalties to be assessed because of
Operator unavailability are detailed in Section G.
When any of the computer equipment is moved to another location, the Contractor shall
review the staffing requirements at all Data Centers to avoid duplication of effort and to
ensure that all appropriate services will continue to be provided in all locations.
The Task Manager will provide any modifications to the Payroll processing schedule or
procedure to the Project Manager when these needs are recognized. This schedule
will show changes from normal processing requirements due to holidays, the timing of
special processing, data entry schedule requiring the presence of the Operator, any
anticipated nonstandard hours, etc.
C.1.3.3.2.2 Staffing During Emergencies and Extended Coverage
The Contractor shall provide an on-call ERDS qualified Operator 24 hours a day, 7 days
a week. During events or exercises for which the NRC activates the ERDS system, the
Contractor shall send the ERDS qualified Operator to the ERDS Data Center (Room
T5B1 of the TWFN Data Center) within one hour. Under these conditions the
Contractor shall provide continuous coverage 24 by 7 of the ERDS Center. During the
event, the Operator shall: control system communications, ensure proper archival
recording of data, enter ad hoc data in ERDS global memory, do regular operational
functions to ensure that the system functions properly during the event and assist NRC
response teams with ERDS use. The Operator shall load and replay archived data for
post event analysis.

Page 10 of 76

RS-IRM-97-195

Section C

The Contractor shall provide on-call support outside the coverage schedule hours. If
Contractor services are needed, the Project Officer or Task Manager will provide the
designated on-call Contractor personnel a description of the work to be performed. The
on-call personnel shall arrive at the appropriate Data Center within one hour after
notification by the Project Officer. If the Contractor's designated personnel are unable
to arrive at the NRC site within one hour, they shall notify the Project Officer and
request approval for the delay. Penalties to be assessed because of designated
personnel's unavailability are detailed in Section G.
Contractor personnel shall remain in the Data Center during pre-scheduled preventive
maintenance, emergency maintenance and while any worker other than accessapproved staff is doing any services in the Data Center. The Operator shall remain onsite while running specific hardware or a software test prescribed by Task Managers
until the test is completed.
C.1.3.3.3 General Procedures
C.1.3.3.3.1 Shift Operations
Each shift of Operators shall have the knowledge and experience necessary to execute
the procedures in NDCOM. If the Project Officer determines that the Operator(s) on a
shift does not have the proper knowledge and experience, the Project Officer may
penalize the Contractor as detailed in Section G.
The Government has a standard biweekly payroll processing schedule. The Task
Manager shall provide any modifications to the payroll processing schedule to the
Project Manager by the first day of the payroll processing cycle. This schedule shows
changes from normal processing requirements due to holidays, the timing of special
processing, any nonstandard hours anticipated, etc. The Contractor shall incorporate
any modification to the payroll processing schedule into the monthly work schedule.
C.1.3.3.3.2 User Support Services
The Contractor shall assist users with job procedures and standards, resolution of
operations related problems and delivery of Data Center products. When requested by
the Project Officer or Task Managers, the Contractor shall attend meetings to assist in
the development of implementation plans for proposed changes in the operations of
applications.

Page 11 of 76

Section C

RS-IRM-97-195

C.1.3.3.3.3 Operator Maintenance
The Contractor shall do all Operator maintenance as specified by the manufacturers,
such as the replacement of consumables and expendable supplies (replacement of
printer bands, ribbons, toner, felt pads, brushes, etc.) at the intervals specified by the
OEM. This maintenance includes the cleaning of tape heads and screens, adjusting
printer paper paths and vacuuming printers.
The Government shall provide all supplies necessary to do Operator maintenance. The
Contractor shall not perform any other maintenance on the equipment.
C.1.3.3.3.4 Supply Management
The Contractor shall provide the Project Officer a weekly report of supplies on hand
versus expended and assist in establishing and maintaining reorder points. This list
shall include all outstanding request for supplies. The supplies will be ordered by the
Project Officer weekly.
C.1.3.3.3.5 Hardware, Software, and Environmental Problem Reports
In case of system failure (unanticipated crashes, shutdown due to emergencies, etc.),
the Operators shall contact the Project Officer, Task Manager and supporting
Contractors for the systems affected. The Operators shall inform the individuals called
of the system problem, causes and estimated time of recovery, if known. The
Operators shall assist the support Contractors with the problem resolution.
The Operators shall report all system hardware and software problems, air conditioner
malfunctions, power supply failures and humidity control problems immediately to the
Project Officer of the maintenance Contractor or designee. The Project Officer may
require the Operator to place a service call with the maintenance Contractor. A list of
the maintenance Contractors with the latest contract information is maintained in the
NDCOM.
C.1.3.3.3.6 Log Book Maintenance
The Data Center maintains many different types of logs. The Contractor shall enter
detailed information into the appropriate log on a timely basis. These logs are both
simple check list of supply and an interactive operation management tracking system.
The NDCOM provides a list of all logs maintained.

Page 12 of 76

RS-IRM-97-195

Section C

C.1.3.3.3.7 Data Center Security
The Contractor shall control access to each Data Center, admitting only those persons
for whom access has been approved following the NDCOM.
It is the Contractor's duty to assure that all NRC records or data that the Contractor
personnel may come into contact with is safeguarded. The Contractor shall not reveal
any data to any source without prior written approval of the appropriate NRC Task
Manager or NRC Project Officer. Adherence with special requirements for Foreign
Nationals, according to NRC Management Directive Chapter 12.1, Part 2.C is the
responsibility of the Contractor.
C.1.3.3.4 Specialized Application
C.1.3.3.4.1 ERDS Operations
Because of the vital role of ERDS in assisting response team personnel to fulfill the
NRC emergency response mission, it is essential that an Operator be available for daily
support activities, including 24 hour on-call support if there is equipment malfunction or
NRC event response activation.
ERDS supports the NRC's ability to respond to events that-take place at the nuclear
facilities. Due to the critical nature of this system, the Contractor shall perform all
routine operational tasks related to ERDS. These tasks shall include:
-

Review system printouts twice daily.
Test system and application software revisions.
Arrange for Operations Center access to other ERDS project Contractors and
maintenance personnel.
Provide working level interface between the Operations Center and other ERDS
Contractors to facilitate the smooth running of the ERDS.
Enter routine changes to the ERDS Data Point Library (DPL), Plant Attribute
Library (PAL) and the Plant Variable (PV) file.
Maintain the ERDS unique system security features.
Perform periodic operational tests as prescribed by the Office for Analysis and
Evaluation of Operational Data (AEOD) to satisfy the requirements of the ERDS
reliability demonstration. Submit a weekly report of the test results.
Schedule and conduct tests of licensee ERDS links Tuesday through Thursday
8 am to 4 pm (Monday and Friday are reserved for retesting). This will include
review of test results and follow up on identified problems.
Assist plants by analyzing problems then recommending corrective actions.
Page 13 of 76

RS-IRM-97-195
-

-

Section C

Maintain a quarterly testing log. This log ensures that all plants have been
scheduled for testing and the date of each test. The log shall contain the name
of the individual contacted at each facility, the date and time contacted and the
scheduled date of their test.
Label and retain backup tapes of real event data until all investigations are
completed and data tapes are released for distribution or reuse.

C.1.3.3.4.2 Nudocs Operations
C.1.3.3.4.2.1 NudocslAD Operations (at TWFN)
Nudocs/AD is an interactive full text search and retrieval application. This application
permits the NRC staff to search for letters and memos issued by the NRC and events
dealing with any NRC licensed users of nuclear energy. This system is critical to the
operation of the agency and must be updated daily with the latest records.
The Contractor shall monitor Nudocs/AD to maximize the availability of the application
to the users. In the event there is a problem, the Contractor shall notify all the
appropriate support staff. Notification procedures may be found in the NDCOM.
Nudocs/AD is available to the user are from 7:00 am to 8:00 pm Monday through
Friday.
Nightly the Contractor shall post the daily transactions, full text data (when necessary)
and perform daily backups. The Contractor shall assist in the verification process by
providing reports, record counts or other information to the support staff. Operations
shall be responsible for the generation of schedule reports and tapes and facilitate the
transmittal of these tape's offsite.
C.1.3.3.4.2.2 Nudocs/ARMS Operations (at Gude)
The Nudocs/ARMS application is used to collect all the transaction for the Nudocs/AD
application. The Contractor shall facilitate the generation, schedule and logistics of the
daily transfer of the transactions from the Gude Data Center to TWFN Data Center.
The transfer of transactions will usually be performed electronically through the NRC
network. When an electronic transfer is not possible, the Contractor shall supply a
courier to bring the transaction tapes to the TWFN Data Center. Detailed procedures
on the requirements of this data center are in the NDCOM.

Page 14 of 76

RS-IRM-97-195

Section C

C.1.3.3.4.3 Payroll/Personnel Operations
The Payroll/Personnel application provides a single application for the processing of all
of the NRCs payroll and personnel records. The Contractor shall work with the Task
Managers to facilitate the biweekly processing of this application. The Operators shall
submit and monitor various jobs according to the processing schedule in the NDCOM.
Because of the time sensitive nature of this application, reports shall be delivered to the
Task Manager or authorized representative immediately upon completion. The
Operator shall generate and provide to other Contractors tapes for various off site
processing. These tapes shall be labeled and tracked in the tape management system.
C.1.3.3.5 Report Distribution
The Contractor shall separate and place reports in output storage bins. Any reports
printed in the TWFN Data Center for distribution in the OWFN Data Center shall be
distributed on the next hourly check of the OWFN Data Center. Sensitive reports shall
be held in the TWFN Data Center until an authorized user requests the report. A list of
authorized users is maintained in the NDCOM.
Every 15 minutes the printer status shall be reviewed for reports to distribute, paper
jams, special reports requiring paper changes, reports held in print queues and other
conditions that would prevent the timely distribution of users reports. When problems
occur, the Contractor shall provide immediate attention to resolve the problem.
The time sensitive nature of the payroll and personnel reports require the Operator to
separate and deliver these reports to an authorized user in the Payroll Section or the
Office of Human Resources. The Operator shall secure the user initials confirming
receipt on the check list of reports.
C.1.3.3.6 Tapes and Backups
C.1.3.3.6.1 General Tape Procedures
The Contractor shall ensure that all tapes are in a constant state of readiness. Only
clean, certified scratch tapes shall be issued to users. The schedule for cleaning of
tapes is maintained in the NDCOM. Any tapes not meeting the Governments minimum
certification requirement shall be degaussed and discarded. A log shall be kept
indicating the reason for all tapes discarded and a count of these tapes shall be
provided to the Project Officer in the weekly report. No tapes may be discarded without
Project Officer approval. The Government shall purchase replacement tapes when the
Project Officer and Project Manager determine it is necessary.
Page 15 of 76

Section C

RS-IRM-97-195

Operators shall mount and dismount tapes as requested by users. Tapes shall be
write protected (remove write rings or turn write protect tabs) until a user specifically
request the ability to write to the tape. The Operator shall fill out the tape's label, if
requested by the user, and charge the tape out to the user.
The Operators shall perform incremental and full backups of the Data Center as stated
in the NDCOM. The Operators shall prepare the weekly backups for shipment to an
offsite storage location.
The Operators shall facilitate the flow of tapes to and from other contract services and
prepare all tape shipping forms.
C.1.3.3.6.2 Tape Verification
The Contractor shall assist the Project Officer in doing a semiannual verification of the
tape logs. The Project Officer shall randomly select tapes to verify the information in
the tape management system, the current location of the tape and to check for the
removal of the write ring. If the tape is offsite, the Contractor shall verify that all forms
are filled out properly.
Annually the Contractor shall perform a complete inventory verifying all tape locations
and records in the tape management system. The Contractor shall create a detailed
report showing the number of tapes found and not found in the proper location, the
tapes missing and any past records suggesting the possible location of the missing
tapes.
C.1.3.3.6.3 Payroll Tapes
The Contractor shall work with the Payroll section in the generation of the biweekly
payroll tapes. These tapes are generated by different payroll processing steps that
create tapes sent to other Government agencies. All tapes are to be labeled by the
Operators and provided to the proper courier for transfer to these sites.
The Contractor shall backup the Payroll system following the Operations Manual and
the pay period schedule. Unusual conditions may occur, such as high volume of data
entry or equipment problems, which may require more frequent backups.

Page 16 of 76

RS- IRM-97-195

Section C

C.1.3.3.7 Troubleshooting and Recovery Techniques
C.1.3.3.7.1 Problem Determination
The Contractor shall determine, in cases where problems occur in the computer run,
whether the problem is a result of improper data, incorrect processing sequence, or a
computer malfunction in the hardware or software. If the problem is one that the
Operators cannot or should not handle, then the proper support staff shall be contacted
for assistance.
C.1.3.3.7.2 Recovery Techniques
The Contractor shall determine necessary recovery techniques to be used to restore
files or tapes back to the correct status before rerunning procedures to prevent errors of
duplication or excessive rerun costs.
C.1.3.4 Task #4 - Cleaning of the computer equipment
The Contractor shall perform scheduled cleanings of the computer equipment and
communications racks in all three data centers. The scheduled cleanings shall be
performed semiannually. All cleaning shall be schedule on Sunday's and be
coordinated with the users of the systems to create the least amount of impact to the
users and operation of the facility will be noticed.
Only OEM certified cleaners and supplies shall be used by the Contractor. The
Contractor shall provide copies of the OEM certification information on all cleaners used
in response to the Statement of Work.
The Contractor shall have a minimum of five years experience in the cleaning of
computer equipment. The Contractor shall carry liability insurance to protect against
damage to any of the equipment.
Cleaning shall be limited to the computer equipment, communications racks and air
handlers in the computer facility. Raised floors and areas under the raised floor shall
be cleaned by others. The cleaning shall at a minimum include the following;
-

The exterior of all computers and computer related devices (such as printers,
tape drives, disk drives, consoles, keyboards, bursters, de-collators, plotters,
data communication racks, etc.) shall be cleaned. All removable covers shall be
temporarily removed from the equipment for cleaning and replace after cleaning

Page 17 of 76

RS-IRM-97-195

Section C

is complete. The Operators shall provide assistance in identifying the covers
that can be remove and how to remove them.
-

Cleaning shall remove all marks, dirt, tape gum, glue and magic marker lines
and dust.

-

An anti-static preservative shall be applied to the exterior of all equipment
cleaned.

-

At no time shall any hardware be moved and no cable shall be disturbed.

C.1.4 Personnel Requirements
The Contractor shall have the knowledge and experience to execute and understand
the instructions provided in the NDCOM. For each required shift, the Operators shall
collectively have thorough knowledge and experience with all the software listed in
C.1 .2.4.
The Contractor shall provide additional qualified personnel who are available to work
nonstandard hours including evenings, weekends, and holidays as needed by the NRC.
Except during emergencies, the Government will give the Contractor eight hours
advance notice when additional staffing for evening, weekend, or holiday work would be
required. Under normal circumstances, Operator support will not be required for
Federal holidays. The Contractor shall provide at least one on-call Operator familiar
with the ERDS system 24 by 7 including federal holidays.
The Government has estimated that the total professional and clerical staff hours per
year of this contract are; 19,540 base year and 17,750 for each of the remaining years.
Saturday hours are considered part of the normal shift hours and are not considered
work outside regular working hours. It is estimated that 150 hours of on-call work
outside regular working schedule may be required for each of the five years of this
contract (total of 750 hours). Work outside regular working hours shall not be
performed unless approved in advance by the NRC Project Officer or designee
according to the Overtime Article of Section I. The hourly charge for such work shall
include travel costs to and from the site. Charges shall be computed to the nearest
one-half hour.
The following positions are key personnel; Project Manager, Senior Lead Computer
Operator and three Lead Operators. At the end of the two-week transition period, each
shift of Operators shall be able to operate and maintain the ERDS, Payroll/Personnel
and Nudocs applications. A lead Operator shall be dedicated to each specialized
Page 18 of 76

RS-IRM-97-195

Section C

system during the transition period and shall be the primary source for Operator
assistance once the transition period is over.
C.1.4.1 Position Description (Key Personnel)
C.1.4.1.1 Project Manager
Experience Requirements
-

-

Seven years of the last ten of progressive ADP experience in computer
operations or computer facilities management.
Two years of the last five in supervising computer operations or computer
facilities management projects, including the supervision of at least 10 persons
in separate locations.
Two years experience in the operation of DG AOSNS II, IBM VM/ESA, DEC
VMS and/or UNIX operating systems.
Demonstrated experience in production control of payroll or personnel type
applications.

Education and Other Requirements
-

-

Shall be a high school graduate or equivalent with at least four years of general
college studies or two years of college studies in the computer science field or
formal training from a trade school in computer operations or business
management. No substitution of education for experience is permitted.
Shall be familiar with Government contracting and project management
practices.

C.1.4.1.2 Senior Lead Computer Operator
Experience Requirements
-

Five years experience in operating mini and/or large scale computer systems.
Three years experience in the operation of all of the following operating
systems; DG AOSNS II, IBM VM/ESA, DEC VMS and UNIX. No fewer than six
months experience in any operating systems is considered acceptable.
Demonstrated experience in running production control applications such as
payroll or personnel type applications.
Demonstrated ability to train other Operators in the system specific procedures.
Demonstrated experience in operations management and the supervision of
computer Operators in absence of the project manager.
Page 19 of 76

Section C

RS-IRM-97-195

Education and Other Requirements
Shall be a high school graduate or equivalent with at least two years of general college
studies or one year of college studies in the computer science field or formal training
from a trade school in computer operations or business management. Directly related
formal education or training may be substituted based on one month of
education/training for one month of experience not to exceed 12 months. No further
substitution of education for experience is permitted.
C.1.4.1.3 Lead Computer Operator
Experience Requirements
-

Three years experience in operating mini and/or large scale computer systems.
Two years experience in the operation of DG AOS/VS II, IBM VM/ESA, DEC
VMS and/or UNIX operating systems. At least one year's experience is
required within one of these operating systems.
Demonstrated experience in running production control applications such as
payroll or personnel type applications.
Demonstrated ability to train other Operators in the system specific procedures.

Education and Other Requirements
Must be a high school graduate or equivalent. Directly related formal education or
training may be substituted based on one month of education/training for one month of
experience not to exceed 12 months. No further substitution of education for
experience is permitted.
C.1.4.2 Other Positions
NRC anticipates the following positions shall be needed to complete this contract.
Other personnel may be recommended that are not on the list. None of these positions
are considered key personnel.
Technical Writer
Systems Analyst
Computer Operator

Page 20 of 76

RS-IRM-97-195

Section C

Tape Librarian
Data Entry Clerk
Computer Cleaner
C.1.4.3 Training
The Contractor shall provide Operators for each shift with the collective knowledge and
experience to support all Operating Systems and Commercial software listed in section
C.1.2.4. Computer Based Training (CBT) may be used for cross training of Operators
at Contractor expense. The Government shall provide the computer resources
necessary during non-peak work loads for the CBT. The Government shall not provide
overtime for the purposes of training.
Training for the Operators in NRC specific applications shall be provided by the
incumbent Contractor during a two-week transition period. At the end of this training,
the Operators shall have the knowledge and experience necessary to execute the
NDCOM. The Contractor shall provide training in the NRC specific applications for a
two week transition period at the end of this contract.
In the event the Government adds new or upgrades any hardware or software on the
contract, the Project Officers may require the Contractor to send Operators offsite for
training. The Government shall reimburse the Contractors expenses including
transportation, hotel, food and course cost up to the Government per diem rate. If the
hardware or software requires additional staffing, the Contractor shall be required to
hire properly trained Operators and no training shall be provided by the Government.

Page 21 of 76

RS-IRM-97-195

Section D

SECTION D - PACKAGING AND MARKING

D.1

PACKAGING AND MARKING (MAR 1987)
The Contractor shall package material for shipment to the NRC in
such a manner that will ensure acceptance by common carrier and
safe delivery at destination. Containers and closures shall
comply with the Interstate Commerce Commission Regulations,
Uniform Freight Classification Rules, or regulations of other
carriers as applicable to the mode of transportation. On the
front of the package, the Contractor. shall clearly identify the
contract number under which the product is being provided.
[End of Clause]

Page 22 of 76

RS-IRM-97-195

Section E

SECTION E - INSPECTION AND ACCEPTANCE
E.1

52.252-2

CLAUSES INCORPORATED BY REFERENCE (JUN 1988)

This contract incorporates one or more clauses by reference,
with the same force and effect as if they were given in ful,l text.
Upon request, the Contracting Officer will make their full text
available.
I.

FEDERAL ACQUISITION REGULATION
NUMBER

52.246-5

(48 CFR CHAPTER 1) CLAUSES
DATE

TITLE
INSPECTION OF SERVICES
-

APR 1984

COST-REIMBURSEMENT

[End of Clause]
E.2

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]

Page 23 of 76

RS-IRM-97-195

Section F

SECTION F - DELIVERIES OR PERFORMANCE

F.1

52.252-2

CLAUSES INCORPORATED BY REFERENCE (JUN 1988)

This contract incorporates one or more clauses by reference,
with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text
available.
I.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

NUMBER
52.242-15

TITLE

DATE

STOP-WORK ORDER
Alternate I (APR 1984)

AUG 1989

[End of Clause]
F.2

2052.212-72 FINANCIAL STATUS REPORT

(DEC 1995)

The contractor shall provide a monthly Financial Status Report
to the project officer and the contracting officer. Also,
whenever the report reference the acquisition of, or changes in
status of, property valued at the time of purchase at $50,000 or
more, send a copy of the report to the Chief, Property Management
Branch, Division of Facilities and Property Management , Office of
Administration.
The report is due within 15 calandar days after
the end of the report period and shall identify the title of the
project, the contract number, job code, project manager and/or
principal investigator, the contract period or performance, and
the period covered by the report. Each report must include the
following for each discrete task:
(a) Total estimated contract amount.
(b) Total funds obligated to date.
(c) Total costs incurred this reporting period.
(d) Total costs incurred to date.
(e) Detail of all direct and indirect costs incurred during the
reporting period for the entire contract or each task, if it
is a task ordering contract.
(f)

Balance of obligations remaining.

(g) Balance of funds required to complete contract/task order.
Page 24 of 76

RS-IRM-97-195
F.2

Section F

(Continued)
(h) Contractor Spending Plan (CSP) status:
(1) Projected percentage of completion cumulative through the
report period for the project/task order as reflected in
the current CSP.
(2) Indicate if there has been a significant change in the
original CSP projection in either dollars or percentage
of completion.
Identify the change, the reasons for the
change, whether there is any projected overrun, and when
additional funds would be required.
If there have been
no changes to the original NRC-approved CSP projections,
a written statement to that effect is sufficient in lieu
of submitting a detailed response to item h.
(3) A revised CSP is required with the Financial Status
Report whenever the contractor or the contracting officer
has reason to believe that the total cost for performance
of this contract will be either greater or substantially
less than what had been previously estimated.
(i) Property status:
(1) List property acquired for the project during the month
with an acquisition cost of $500 or more and less than
$50,000. Give the item number for the specific piece of
equipment.
(2) List property acquired for the project during the month
with an acquisition cost of $50,000 or more. Provide the
following information for each item of property: item
description or nomenclature, manufacturer, model number,
serial number, acquisition cost, and receipt date.
If no
property was acquired during the month, include a
statement to that effect. Note:
The same information
shall be provided for any component or peripheral
equipment which is part of a "system or system unit."
(3) For multi-year projects, in the September monthly
fiancial status report provide a cumulative listing of
property with an acquisition cost of $50,000 or more
($5,000 or more if purchased prior to October 1, 1995)
showing the above information.
(4) In the final monthly status report provide a closeout
property report containing the same elements as described
above for the monthly financial status reports, for all
property purchased with NRC funds regardless of value
unless title has been vested in the contractor.
If no
property was acquired under the contract, provide a
Page 25 of 76

RS-IRM-97-195
F.2

Section F

(Continued)
statement to that effect. The report should note any
property requiring special handling for security, health,
safety, or other reasons as part of the report.
(j) Travel status:
List the starting and end dates for each trip, the starting
point and destination, and the traveler(s) for each trip.
If the data in this report indicates a need for additional
funding beyond that already obligated, this information may only
be used as support to the official request for funding required in
accordance with the Limitation of Cost (LOC) Clause (FAR 52.23220) or the Limitation of Funds (LOF) Clause (FAR 52.232-22).
[End of Clause]

F.3

PLACE OF DELIVERY--REPORTS (JUN 1988)
The items to be furnished hereunder shall be delivered, with all
charges paid by the Contractor, to:
(a) Project Officer (1 copies)

(b) Contracting Officer (1 copy)
[End of Clause]
F.4

DURATION OF CONTRACT PERIOD (MAR 1987)
ALTERNATE 2 (MAR 1987)
This contract shall commence on
*
and will expire on
*
.
The term of this contract may be extended at the option
of the Government for an additional 2 years.
[End of Clause]

F.5

RESOLVING NRC CONTRACTOR DIFFERING PROFESSIONAL
VIEWS (DPVs)
The Nuclear Regulation Commission's (NRC) policy is to support
the contractor's expression of professional health and safety
related concerns associated with the contractor's work for NRC
that (1) may differ from a prevailing NRC staff view, (2) disagree
Page 26 of 76

RS-IRM-97-195
F.5

Section F

(Continued)
with an NRC decision or policy position, or (3) take issue with
proposed or established agency practices. An occasion may arise
when an NRC contractor, contractor's personnel, or subcontractor
personnel believes that a conscientious expression of a competent
judgement is required to document such concerns on matters
directly associated with its performance of the contract. The
procedure that will be used provides for the expression and
resolution of differing professional views (DPVs) of health and
safety related concerns associated with the mission of the agency
by NRC contractors, contractor personnel or subcontractor
personnel on matters directly associated with its performance of
the contract, may be found in Section J of the solicitation. The
contractor shall provide a copy of the NRC DPV procedure to all of
its employees performing under this contract and to all
subcontractors who shall, in turn, provide a copy of the procedure
to its employees. NOTE: The prime contractor or subcontractor
shall submit all DPV's received by need not endorse them.
[End of Clause]

-F.6

REPORTS AND DOCUMENTATION

The Contractor shall deliver the following plans, reports and
documentation to the NRC Project Officer in accordance with the
schedule set forth below;
1.

Project Management Plan. This plan shall include procedures
to provide staffing and project management in the event of
vacation, sick leave, resignation and emergencies.
The plan
shall also include training procedures to ensure that
contractor personnel become experts in all operational
functions and knowledgeable of updates to the NRC hardware
and software. The schedule for all of the required
cleanings shall be included in the plan. Two hard copies of
this plan shall be submitted to the NRC Project Officer five
working days after contract award.

2.

Daily NUDOCS Log Sheets. The nightly NUDOCS processing log
sheet shall be provided on a daily basis to the NRC Task
Manager responsible for the NUDOCS application.

3.

Weekly Status Report.
This report shall detail weekly
supply or inventory replenishment requirements.
It shall
also include a copy of the daily review logs detailing
system and environmental failures or problems and their
resolutions. One copy of this report shall be
electronically submitted to the NRC Project Officer-by
Monday, close of business of the next week (the next work
day if Monday is a Holiday).

4.

Monthly Status Report.

This report shall summarize the

Page 27 of 76

RS-IRM-97-195
F.6

Section F

(Continued)
problems that occurred in the previous month, the percentage
of system availability, detail latent supply and inventory
problems and list the changes made to the facility. Three
hard copies of this report shall be submitted to the NRC
Project Officer by the fifth working day of the new month.
5.

Monthly Work Schedules Report. This report shall provide
detailed staffing information for the next month. At a
minimum, it will include the time of each shift, who will be
on duty during the shift, the planned lunch breaks, changes
due to planned leave by the operators, and the name of the
ERDS on-call operator. One copy of this report shall be
electronically delivered to the NRC Project Officer 10
days prior to the start of the next month.

6.

Computer Operations Documentation. This document shall show
the proposed changes to the operations of the computer
facility. This document shall be provided to the NRC Project
Officer in a format compatible to Word Perfect 6.1 for
A hard copy of this document shall be provided for review and
approval. Once approved, this document shall-be reviewed by
all operators and a log sheet shall be signed by each
that they have read and understand the changes in the
documentation.

7.

Configuration Documentation. This document shall include
information about the NRC's data center, such as operations
documentations, drawings of the data center, equipment
location, equipment electrical, plug and weight requirements,
supply levels and reorder points, changes planned for the
equipment and system software. This documentation shall be
maintained as a baseline of the facility. At a minimum, the
Contractor shall reconcile the changes to the facility and
create a new baseline twice a year. This document shall be
maintained on the NRC's LAN using Word Perfect version 6.1.
Whenever a new baseline is created, one copy shall be
maintained in the TWFN documentation room and a second copy
shall be provided to the NRC Project Officer.

Page 28 of 76

RS-IRM-97-195

Section G

SECTION G - CONTRACT ADMINISTRATION DATA
G.1

NRCAR 2052.-215-71 PROJECT OFFICER AUTHORITY
(JAN 1993)
(a) The contracting officer's authorized representative
hereinafter referred to as the project officer for this
contract is:
Name:

*

Address:

*

Telephone Number:

*

(b) Performance of the work under this contract is subject to the
technical direction of the NRC project officer. The term
technical direction is defined to include the following:
(1) Technical direction to the contractor which shifts work
emphasis between areas of work or tasks, fills in
details, or otherwise serves to accomplish the
contractual statement of work.
(2) Provide advice and guidance to the contractor in the
preparation of drawings, specifications, or technical
portions of the work description.
(3) Review and, where required by the contract, approval of
technical drawings, specifications, and technical
information to be delivered by the contractor to the
Government under the contract.
(c) Technical direction must be within the general statement of
work stated in the contract. The project officer does not
have the authority to and may not issue any technical
direction which:
(1) Constitutes an assignment of work outside the general
scope of the contract.
(2) Constitutes a change as defined in the "Changes" clause
of this contract.
(3) In any way causes an increase or decrease in the total
Page 29 of 76

RS-IRM-97-195
G.1

Section G

(Continued)
estimated contract cost, the fixed fee, if any, or the
time required for contract performance.
(4) Changes any of the expressed terms, conditions, or
specifications of the contract.
(5) Terminates the contract, settles any claim or dispute
arising under the contract, or issues any unilateral
directive whatever.
(d) All technical directions must be issued in writing by the
project officer or must be confirmed by the project officer in
writing within ten (10) working days after verbal issuance. A
copy of the written direction must be furnished to the
contracting officer.
(e) The contractor shall proceed promptly with the performance of
technical directions duly issued by the project officer in the
manner prescribed by this clause and within the project
officer's authority under the provisions of this clause.
(f) If, in the opinion of the contractor, any instruction or
direction issued by the project officer is within one of the
categories as defined in paragraph (c) of this section, the
contractor may not proceed but shall notify the contracting
officer in writing within five (5) working days after the
receipt of any instruction or direction and shall request the
contracting officer to modify the contract accordingly. Upon
receiving the notification from the contractor, the
contracting officer shall issue an appropriate contract
modification or advise the contractor in writing that, in the
contracting officer's opinion, the technical direction is
within the scope of this article and does not constitute a
change under the "Changes" clause.
(g) Any unauthorized commitment or direction issued by the project
officer may result in an unnecessary delay in the contractor's
performance and may even result in the contractor expending
funds for unallowable costs under the contract.
(h) A failure of the parties to agree upon the nature of the
instruction or direction or upon the contract action to be
taken with respect there to is subject to FAR 52.233-1 Disputes.

Ci) In addition to providing technical direction as defined in
paragraph (b) of the section, the project officer shall:
(1) Monitor the contractor's technical progress, including
surveillance and assessment of performance, and recommend
to the contracting officer changes in requirements.
Page 30 of 76

RS-IRM-97-195
G.1

Section G

(Continued)
(2) Assist the contractor in the resolution of technical
problems encountered during performance.
(3) Review all costs requested for reimbursement by the
contractor and submit to the contracting officer
recommendations for approval, disapproval, or suspension
of payment for supplies and services required under this
contract.
[End of Clause]
*To be incorporated into any resultant contract

G.2

NRCAR 2052.216-71 INDIRECT COST RATES (JAN 1993)
(a) Pending the establishment of final indirect rates which must
be negotiated based on audit of actual costs, the contractor
shall be reimbursed for allowable indirect costs as follows:

(b) The contracting officer may adjust the above rates as
appropriate during the term of the contract upon acceptance of
any revisions proposed by the contractor.
It is the
contractor's responsibility to notify the contracting officer
in accordance with FAR 52.232-20, Limitation of Cost, or FAR
52.232-22, Limitation of Funds, as applicable, if these
changes affect performance of work within the established cost
or funding limitations.
[End of Clause]
*To be incorporated into any resultant contract
G.3

USE OF AUTOMATED CLEARING HOUSE
ELECTRONIC PAYMENT

(ACH)

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.
Treasury check. The electronic system is known as Vendor Express.
Payment shall be made in accordance with FAR 52.232-33, entitled
"Mandatory Information for Electronic Funds Transfer Payment."
Page 31 of 76

RS-IRM-97-195
G.3

Section G

(Continued)
To receive payment by Vendor Express, the contractor shall
complete the "Company Information" portion of Form SF 3881,
entitled "Payment Information Form - ACH Vendor Payment System"
found in Section J. The contractor shall take the form to the ACH
Coordinator at the financial institution that maintains its
company's bank account. The contractor shall discuss with the ACH
Coordinator how the payment identification information (addendum
record) will be passed to them once the payment is received by the
financial institution. The contractor must ensure that the
addendum record will not be stripped from the payment. The ACH
Coordinator will fill out the "Financial Institution Information"
portion of the form and return it to the Office of the Controller
at the following address: Nuclear Regulatory Commission, ATTN:
ACH/Vendor Express, Division of Accounting and Finance, Mailstop
T-9-E-2, Washington, DC 20555. Once the Office of the Controller
has processed the contractor's sign-up form, the contractor will
begin to receive payments electronically via Vendor Express/ACH.
If the offerors/bidders have questions concerning ACH/Vendor
Express, they may call the Commercial Payments staff on (301)
415-7520.
[End of Clause]

G.4

LIQUIDATED DAMAGES
A.

If Contractor fails to strictly adhere to his NRC-approved
shift schedule for coverage during normal hours of system
operation and for on-call support causes NRC to not be able
to perform the mission of the agency, the Contractor's
invoices shall be reduced by the amount of $131 per hour.
This rate reflects the FY 1997 standard charge for
professional services as published in the Federal Register,
Rules and Regulations, Volume 62, Page No. 29194, dated
July 28, 1997.
This rate is subject to change based upon the FY 1998
standard charge for professional services as published in
the Federal Register during the first quarter of the fiscal
year.

B.

Dates and times that the Contractor personnel were absent
shall be verified by the NRC Project Officer using the
Systems Operator log times, and by the NRC Project Officer's
independent verification and report to the contractor's PM.

C.

Nothing in this contract shall be construed to abrogate the
performance requirements of this contract or to delay in
performing any duties or responsibilities under this
contract. Failure to furnish personnel and services in
Page 32 of 76

RS-IRM-97-195
G.4

Section G

(Continued)
accordance with the Statement of Work is a default and
subjects the contractor to the Termination provision of this
contract (Contract clause 52.249-6 Termination - Cost
Reimbursement, May 1986).
All remedies stated in this
contract are cumulative.
D.

The Contractor's invoices shall not be reduced when delays
in performance arise out of causes beyond the control and
without the fault or negligence of the Contractor as defined
in the Termination clause cited above.
[End of Clause]

Page 33 of 76

RS-IRM-97-195

Section H

SECTION H - SPECIAL CONTRACT REQUIREMENTS
H.1

2052.204-70 SECURITY
(a) Security/Classification Requirements Forms. The attached
NRC Form 187 (See Section j for List of Attachments) furnishes the
basis for providing security and classification requirements to
prime contractors, subcontractors, or others (e.g., bidders) who
have or may have an NRC contractual relationship that requires
access to classified information or matter, access on a continuing
basis (in excess of 90 or more days) to NRC Headquarters
buildings, or otherwise requires NRC photo identification or
card-key badges.
(b) It is the contractor's duty to safeguard National
Information, Restricted Data, and Formerly Restricted Data. The
contractor shall, in accordance with the Commission's security
regulations and requirements, be responsible for safeguarding
National Security Information, Restricted Data, and Formerly
Restricted Data, and for protecting against sabotage, espionage,
loss, and theft, the classified documents and material in the
contractor's possession in
connection with the performance of
work under this contract. Except as otherwise expressly provided
this contract, the contractor shall, upon completion or
of this contract, transmit to the Commission any classified matter
in the possession of the contractor or any person under the
contractor's control in connection with performance of this
contract. If retention by the contractor of any classified matter
is required after the completion or termination of the contract
the retention is approved by the contracting officer, the
contractor shall complete a certificate of possession to be
furnished to the Commission specifying the classified matter to be
retained. The certification must identify the items and types or
categories of matter retained, the conditions governing the
retention of the matter and their period of retention, if known.
the retention is approved by the contracting officer, the security
provisions of the contract continue to be applicable to the matter
retained.
(c) In connection with the performance of the work under
contract, the contractor may be furnished, or may develop or
acquire proprietary data (trade secrets) or confidential or
privileged technical, business or financial information, including
Commission plans, policies, reports, financial plans, internal
protected by the Privacy Act of 1974 (Pub L. 93-579), or other
information which has not been released to the public or has been
determined by the Commission to be otherwise exempt from
to the public. The contractor agrees to hold the information in
confidence and not to directly or indirectly duplicate,
Page 34 of 76

RS-IRM-97-195
H.1

Section H

(Continued)
disseminate, or disclose the information in whole or in part to
other person or organization except as may be necessary to perform
type work under this contract. The contractor agrees to return
information to the Commission or otherwise dispose of it at the
direction of the contracting officer.
Failure to comply with this
clause is grounds for termination of this contract.
(d) Regulations. The contractor agrees to conform to all
security regulations and requirements of the Commission which are
subject to change as directed by the NRC Division of Security and
the Contracting Officer. These changes will be under the authority
of the changes clause.
(e) Definition of National Security Information. The term
National Security Information, as used in this clause, means
information that has been determined pursuant to Executive Order
12356 or any predecessor order to require protection against
unauthorized disclosure and that is so designated.
(f) Definition of Restricted Data. The term Restricted Data,
as used in this clause, mean all data concerning: (1) design,
manufacture, or utilization of atomic weapons; (2) the production
of special nuclear material; or (3) the use of special nuclear
material in the production of energy, but does not include data
declassified or removed from the Restricted Data category pursuant
to section 142 of the Atomic Energy Act of 1954, as amended.
(g) Definition of Formerly Restricted Data. The term
Restricted Data, as used in this clause, means all data removed
from the Restricted Data category under section 142-d of the
Energy Act of 1954, as amended.
(h) Security clearance personnel. The contractor may not
permit any individual to have access to Restricted Data, Formerly
Restricted Data, or other classified information, except in
accordance with the Atomic Energy Act of 1954, as amended, and the
Commission's regulations or requirements applicable to the
particular or category of classified information to which access
required. The contractor also execute a Standard Form 312,
Classified information Nondisclosure, when access to classified
information is required.
(i) Criminal liabilities. It is understood that disclosure
National Security Information, Restricted Data, and Formerly
Restricted Data, relating to the work or services ordered
to any person not entitled to receive it, or failure to safeguard
any Restricted Data, Formerly Restricted Data, or any other
classified matter that may come to the contractor or any person
under the contractor's control in connection with work under this
contract, may subject the contractor, its agents, employees, or
subcontractors to criminal liability under the laws of the United
Page 35 of 76

RS-IRM-97-195
H.1

Section H

(Continued)
States. (See the Atomic energy Act of 1954, as amended, 42 U.S.C.
2011 et seq.; 18 U.S.C. 793 and 794; and Executive Order 12356.)

(j) Subcontractors and purchase orders. Except as otherwise
authorized in writing by the contracting officer, the contractor
shall insert provisions similar to the foregoing in all
subcontracts and purchase orders under his contract.
(k) In performing the contract work, the contractor shall
classify all documents, material, and equipment originated or
generated by the contractor in accordance with guidance issued by
the Commission. Every subcontract and purchase order issued
hereunder involving the origination or generation of classified
documents, material, and equipment must provide that the
subcontractor or supplier assign classification to all documents,
material, and equipment in accordance with guidance furnished by
the contractor.
(End of Clause)
PROCESSING SERVICES
The proposer/contractor must identify all individuals and
propose the level of ADP approval for each, using the following
guidance. The NRC sponsoring office shall make the final
determination of the level, if any, of ADP approval required for
all individuals working under this contract.
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.
CONTRACT SECURITY REQUIREMENTS FOR IT LEVEL I
Performance under this contract will involve prime contractor
personnel, subcontractors or others who perform services requiring
direct access to or operate agency sensitive automated information
systems (IT Level I).
The IT Level I involves responsibility for
the planning, direction, and implementation of a computer security
program; major responsibility for the direction, planning, and
design of a computer system, including the hardware and software;
or the capability 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 damage; 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 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 Limited Background Investigation (LBI).
Page 36 of 76

RS-IRM-97-195
H.1

Section H

(Continued)
A contractor employee shall not have access to NRC sensitive
systems and data until he/she is approved by DFS for temporary or
final access in accordance with the procedures found in NRC
Management Directive 12.3, Part 1.
The contractor shall submit through the Project Officer to the NRC
Division of Facilities and Security (DFS) within fifteen (15)
calendar days following award of contract, execution of a
modification, or proposal of new personnel for work to be
under the contract, a completed Personnel Security Forms packet
including a Questionnaire for National Security 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 National Security Positions,
which is required to be completed in private and submitted by the
individual to the contractor in a sealed envelope). As set forth
in MD 12.3, based on DFS 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
and data until a final determination is made of his/her
under the provisions of MD 12.3, Exhibit 11. Any questions
regarding the individual's eligibility for IT Level I approval
be resolved in accordance with the due process procedures set
in MD 12;3, Exhibit 11.
In accordance with NRCAR 2052.204-70, "Security," IT Level I
contractors shall be subject to the attached NRC Form 187 (See
Section J 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 NRC photo
or card-key badges.
CONTRACT SECURITY REQUIREMENTS FOR IT LEVEL II
Performance under this contract will involve contractor personnel
who remotely develop and/or analyze sensitive automated
systems and data or otherwise have access to such systems and data
(IT Level II).
The IT Level II involves responsibility for the
direction, planning, design, operation, or maintenance of a
computer system by an individual whose work is normally
reviewed by an IT 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
Page 37 of 76

Section H

RS-IRM-97-195

H.1

(Continued)
or personal gain but less than that of IT Level I positions; and,
all other computer or IT 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 Inquiries and Credit Investigation (NACIC).
A contractor employee shall not have access to NRC sensitive
systems and data until he/she is approved by DFS for temporary or
final access in accordance with the procedures found in NRC
Management Directive 12.3, Part 1.
The contractor shall submit through the Project Officer to the NRC
Division of Facilities and Security (DFS) within fifteen (15)
calendar days following award of contract, execution of a
modification, or proposal of new personnel for work to be
under the contract, a completed Personnel Security Forms packet
including a Questionnaire for National Security Positions (SF-86)
The contractor
for all personnel requiring the investigation.
shall assure that all forms are accurate, complete, and legible
(except for Part 2, Questionnaire for National Security Positions,
which is required to be completed in private and submitted by the
As set
individual to the contractor in a sealed envelope).
in MD 12.3, based on DFS 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
and data until a final determination is made of his/her
under the provisions of MD 12.3, Exhibit 11. Any questions
regarding the individual's eligibility for IT Level II approval
will be resolved in accordance with the due process procedures set
forth in MD 12.3, Exhibit 11.
In accordance with NRCAR 2052.204-70,

"Security," IT Level II

contractors shall be subject to the attached NRC Form 187 (See
Section J 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 NRC photo
or card-key badges.
CANCELLATION OR TERMINATION OF IT ACCESS/REQUEST

When a request for investigation is to be withdrawn or cancelled,
the contractor shall immediately notify the Project Officer by
Page 38 of 76

RS-IRM-97-195
H.1

Section H

(Continued)
telephone in order that he/she will contact the NRC Division of
Facilities and Security (DFS) 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 DFS.
Additionally, DFS must be immediately notified when an individual
no longer requires access to NRC sensitive automated information
systems and data, including the voluntary or involuntary
of employment of an individual who has been approved for or is
being processed for access approval under the NRC Computer
Personnel Security Program.

H.2

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

During the life of this contract, the rights of ingress and
egress for contractor personnel must be made available as
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
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
any Government records or data that contractor personnel may come
into contact with.
[End of Clause]
H.3

NRCAR 2052.209-73 CONTRACTOR ORGANIZATIONAL
CONFLICTS OF INTEREST (JAN 1993)

(a) Purpose. The primary purpose of this clause is to aid in
ensuring that the contractor:
(1) Is not placed in a conflicting role because of current or
planned interests (financial, contractual,
organizational, or otherwise) which relate to the work
under this contract; and
(2) Does not obtain an unfair competitive advantage over
other parties by virtue of its performance of this
contract.
Page 39 of 76

Section H

RS-IRM-97-195

H.3

(Continued)
(b) Scope. The restrictions described apply to performance or
participation by the contractor, as defined in 48 CFR
2009.570-2 in the activities covered by this clause.
(c) Work for others.
(1) Notwithstanding any other provision of this contract,
during the term of this contract the contractor agrees to
forego entering into consulting or other contractual
arrangements with any firm or organization, the result of
which may give rise to a conflict of interest with
respect to the work being performed under this contract.
The contractor shall ensure that all employees under this
contract abide by the provision of this clause. If the
contractor has reason to believe with respect to itself
or any employee that any proposed consultant or other
contractual arrangement with any firm or organization may
involve a potential conflict of interest, the contractor
shall obtain the written approval of the contracting
officer before the execution of such contractual
arrangement.
(2) The contractor may not represent, assist, or otherwise
support an NRC licensee or applicant undergoing an NRC
audit, inspection, or review where the activities that
are the subject of the audit, inspection or review are
the same as or substantially similar to the services
within the scope of this contract (or task order as
appropriate), except where the NRC licensee or applicant
requires the contractor's support to explain or defend
the contractor's prior work for the utility or other
entity which NRC questions.
(3) When the contractor performs work for the NRC under this
contract at any NRC licensee or applicant site, the
contractor shall neither solicit nor perform work in the
same or similar technical area for that licensee or
applicant organization for a period commencing with the
award of the task order or beginning of work on the site
(if not a task order contract) and ending one year after
completion of all work under the associated task order,
or last time at the site (if not a task order contract).
(4) When the contractor performs work for the NRC under this
contract at any NRC licensee or applicant site,
(i) The contractor may not solicit work at that site for
that licensee or applicant during the period of
performance of the task order or the contract, as
appropriate.
Page 40 of 76

RS-IRM-97-195

H.3

Section H

(Continued)
(ii) The contractor may not perform work at that site
for that licensee or applicant during the period of
performance of the task order or the contract, as
appropriate, and for one year thereafter.
(iii) Notwithstanding the foregoing, the contracting
officer may authorize the contractor to solicit or
perform this type of work (except work in the same
or similar technical area) if the contracting
officer determines that the situation will not
pose a potential for technical bias or unfair
competitive advantage.
(d) Disclosure after award.
(1) The contractor warrants that to the best of its knowledge
and belief, and except as otherwise set forth in this
contract, it does not have any organizational conflicts
of interest as defined in 48 CFR 2009.570-2.

(2) The contractor agrees that, if after award, it discovers
organizational conflicts of interest with respect to this
contract, it shall make an immediate and full disclosure
in writing to the contracting officer. This statement
must include a description of the action which the
contractor has taken or proposes to take to avoid or
mitigate such conflicts.
The NRC may, however, terminate
the contract if termination is in the best interest of
the government.
(3) It is recognized that the scope of work of a
task-order-type contract necessarily encompasses a broad
spectrum of activities. Consequently, if this is a
task-order-type contract, the contractor agrees that it
will disclose all proposed new work involving NRC
licensees or applicants which comes within the scope of
work of the underlying contract. Further, if this
contract involves work at a licensee or applicant site,
the contractor agrees to exercise diligence to discover
and disclose any new work at that licensee or applicant
site. This disclosure must be made before the submission
of a bid or proposal to the utility or other regulated
entity and must be received by the NRC at least 15 days
before the proposed award date in any event, unless a
written justification demonstrating urgency and due
diligence to discover and disclose is provided by the
contractor and approved by the contracting officer.
The
disclosure must include the statement of work, the dollar
value of the proposed contract, and any other documents
that are needed to fully describe the proposed work for
Page 41 of 76

RS-IRM-97-195
H.3

Section H

(Continued)
the regulated utility or other regulated entity. NRC may
deny approval of the disclosed work only when the NRC has
issued a task order which includes the technical area
and, if site-specific, the site, or has plans to issue a
task order which includes the technical area and, if
site-specific, the site, or when the work violates
paragraphs (c)(2), (c)(3) or (c)(4) of this section.
(e) Access to and use of information.
(1) If in the performance of this contract, the contractor
obtains access to information, such as NRC plans,
policies, reports, studies, financial plans, internal
data protected by the Privacy Act of 1974 (5 U.S.C.
Section 552a (1988)), or the Freedom of Information Act
(5 U.S.C. Section 552 (1986)), the contractor agrees not
to:
(i) Use this information for any private purpose until
the information has been released to the public;
(ii) Compete for work for the Commission based on the
information for a period of six months after either
the completion of this contract or the release of
the information to the public, whichever is first;
(iii) Submit an unsolicited proposal to the Government
based on the information until one year after the
release of the information to the public; or
(iv) Release the information without prior written
approval by the contracting officer unless the
information has previously been released to the
public by the NRC.
(2) In addition, the contractor agrees that, to the extent it
receives or is given access to proprietary data, data
protected by the Privacy Act of 1974 (5 U.S.C. Section
552a (1988)), or the Freedom of Information Act (5 U.S.C.
Section 552 (1986)), or other confidential or privileged
technical, business, or financial information under this
contract, the contractor shall treat the information in
accordance with restrictions placed on use of the
information.
(3) Subject to patent and security provisions of this
contract, the contractor shall have the right to use
technical data it produces under this contract for
private purposes provided that all requirements of this
contract have been met.
Page 42 of 76

RS-IRM-97-195
H.3

Section H

(Continued)
(f) Subcontracts. Except as provided in 48 CFR 2009.570-2,
the contractor shall include this clause, including this
paragraph, in subcontracts of any tier.
The terms contract,
contractor, and contracting officer, must be appropriately
modified to preserve the Government's rights.
(g) Remedies.
For breach of any of the above restrictions, or
for intentional nondisclosure or misrepresentation of any
relevant interest required to be disclosed concerning this
contract or for such erroneous representations that
necessarily imply bad faith, the Government may terminate the
contract for default, disqualify the contractor from
subsequent contractual efforts, and pursue other remedies
permitted by law or this contract.
(h) Waiver. A request for waiver under this clause must be
directed in writing to the contracting officer in accordance
with the procedures outlined in 48 CFR 2009.570-9.
(i) Follow-on effort.
The contractor shall be ineligible to
participate in NRC contracts, subcontracts, or proposals
therefor (solicited or unsolicited), which stem directly from
the contractor's performance of work under this contract.
Furthermore, unless so directed in writing by the contracting
officer, the contractor may not perform any technical
consulting or management support services work or evaluation
activities under this contract on any of its products or
services or the products or services of another firm if the
contractor has been substantially involved in the development
or marketing of the products or services.
(1) If the contractor, under this contract, prepares a
complete or essentially complete statement of work or
specifications, the contractor is not eligible to perform
or participate in the initial contractual effort which is
based on the statement of work or specifications. The
contractor may not incorporate its products or services
in the statement of work or specifications unless so
directed in writing by the contracting officer, in which
case the restrictions in this paragraph do not apply.
(2) Nothing in this paragraph precludes the contractor from
offering or selling its standard commercial items to the
Government.
[End of Clause]

Page 43 of 76

RS-IRM-97-195
H.4

Section H

NRCAR 2052.215-70 KEY PERSONNEL

(JAN 1993)

(a) The following individuals are considered to be essential to
the successful performance of the work hereunder:

*

The contractor agrees that personnel may not be removed from
the contract work or replaced without compliance with
paragraphs (b) and (c) of this section.
(b) If one or more of the key personnel, for whatever reason,
becomes, or is expected to become, unavailable for work under
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.
(c) Each request for approval of substitutions must be in writing
and contain a detailed explanation of the circumstances
necessitating the proposed substitutions.
The request must
also contain a complete resume for the proposed substitute and
other information requested or needed by the contracting
officer to evaluate the proposed substitution. The
contracting officer or his/her authorized representative shall
evaluate the request and promptly notify the contractor of his
or her approval or disapproval in writing.
(d) If the contracting officer determines that suitable and timely
replacement of key personnel who have been reassigned,
terminated, or have 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
of the Government, as appropriate.
If the contracting officer
finds the contractor at fault for the condition, the contract
price or fixed fee may be equitably adjusted downward to
compensate the Government for any resultant delay, loss, or
damage.
[End of Clause]
*To be incorporated into any resultant contract
Page 44 of 76

RS-IRM-97-195
H.5

Section H

NRCAR 2052.235-72 SAFETY, HEALTH, AND FIRE
PROTECTION (JAN 1993)

The contractor shall take all reasonable precautions in the
performance of the work under this contract to protect the health
and safety of its employees and of members of the public,
including NRC employees and contractor personnel, and to minimize
danger from all hazards to life and property and shall comply with
all applicable health, safety, and fire protection regulations and
requirements (including reporting requirements) of the Commission
and the Department of Labor. In the event that the contractor
fails to comply with these regulations or requirements, the
contracting officer may, without prejudice to any other legal or
contractual rights of the Commission, issue an order stopping all
or any part of the work; thereafter, a start order for resumption
of work may be issued at the discretion of the contracting
officer. The contractor shall make no claim for an extension of
time or for compensation or damages by reason of, or in connection
with, this type of work stoppage.
[End of Clause]
H.6

DETERMINATION OF MINIMUM WAGES AND FRINGE BENEFITS
(NOV 1989)

Each employee of the Contractor or any subcontractor performing
services under this contract shall be paid at least the minimum
allowable monetary wage and fringe benefits prescribed under the
U.S. Department of Labor Wage Determination which is attached (See
Section J for List of Attachments).
[End of Clause]
H.7

GOVERNMENT FURNISHED EQUIPMENT/PROPERTY - NONE PROVIDED
(JUN 1988)

The Government will not provide any equipment/property under
this contract.
[End of Clause]
H.8

DENIAL OF FEDERAL BENEFITS TO INDIVIDUALS
CONVICTED OF DRUG TRAFFICKING OR POSSESSION (SEP 1990)

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

Page 45 of 76

Section I

RS-IRM-97-195

PART II
SECTION I

I.1

52.252-2

CONTRACT CLAUSES

-

-

CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE (JUN 1988)

This contract incorporates one or more clauses by reference,
with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text
available.
I.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

NUMBER
52.202-1
52.203-3
52.203-5
52.203-6
52.203-10
52.203-12
52.204-4
52.209-6

52.215-2
52.215-22
52.215-24
52.215-27
52.215-33
52.215-39
52.215-40
52.216-7
52.216-8
52.217-2

TITLE
DEFINITIONS
GRATUITIES
COVENANT AGAINST CONTINGENT FEES
RESTRICTIONS ON SUBCONTRACTOR
SALES TO THE GOVERNMENT
PRICE OR FEE ADJUSTMENT FOR
ILLEGAL OR IMPROPER ACTIVITY
LIMITATION ON PAYMENTS TO
INFLUENCE CERTAIN FEDERAL
TRANSACTIONS
PRINTING/COPYING DOUBLE-SIDED
ON RECYCLED PAPER
PROTECTING THE GOVERNMENT'S
INTEREST WHEN SUBCONTRACTING WITH
CONTRACTORS DEBARRED, SUSPENDED,
OR PROPOSED FOR DEBARMENT
AUDIT AND RECORDS--NEGOTIATION
PRICE REDUCTION FOR DEFECTIVE
COST OR PRICING DATA
SUBCONTRACTOR COST OR
PRICING DATA
TERMINATION OF DEFINED BENEFIT
PENSION PLANS
ORDER OF PRECEDENCE
REVERSION OR ADJUSTMENT OF PLANS
FOR POSTRETIREMENT BENEFITS
OTHER THAN PENSIONS (PRB)
NOTIFICATION OF OWNERSHIP CHANGES
ALLOWABLE COST AND PAYMENT
FIXED FEE
CANCELLATION UNDER MULTIYEAPR

DATE
OCT
APR
APR
JUL

1995
1984
1984
1995

JAN 1996
JUN 1997
JUN 1996
JUL 1995

AUG 1996
OCT 1995
OCT 1995
MAR 1996
JAN 1986
MAR 1996
FEB
MAR
MAR
JUL

1995
1997
1997
1996

CONTRACTS

52.219-6

NOTICE OF TOTAL SMALL BUSINESS
SET-ASIDE

Page 46 of 76

JUL 1996

RS-IRM-97-195
I.1

Section I

(Continued)
NUMBER
52.219-8

52.219-14
52.222-1
52.222-3
52.222-26
52.222-28
52.222-35
52.222-36
52.222-37

52.222-41
52.223-2
52.223-5
52.223-6
52.223-14
52.225-11
52.227-1
52.227-2
52.228-7
52.232-17
52.232-22
52.232-23
52.232-25
52.232-33
52.233-1
52.233-3
52.237-2
52.237-3
52.242-1
52.242-3

TITLE

DATE

UTILIZATION OF SMALL, SMALL
DISADVANTAGED AND WOMEN-OWNED
SMALL BUSINESS CONCERNS
LIMITATIONS ON SUBCONTRACTING
NOTICE TO THE GOVERNMENT
OF LABOR DISPUTES
CONVICT LABOR
EQUAL OPPORTUNITY
EQUAL OPPORTUNITY PREAWARD
CLEARANCE OF SUBCONTRACTS
AFFIRMATIVE ACTION FOR SPECIAL
DISABLED AND VIETNAM
ERA VETERANS
AFFIRMATIVE ACTION FOR
HANDICAPPED WORKERS
EMPLOYMENT REPORTS ON SPECIAL
DISABLED VETERANS AND VETERANS
OF THE VIETNAM ERA
SERVICE CONTRACT ACT OF 1965,
AS AMENDED
CLEAN AIR AND WATER
POLLUTION PREVENTION AND
RIGHT-TO-KNOW INFORMATION
DRUG-FREE WORKPLACE

TOXIC CHEMICAL RELEASING REPORTING
RESTRICTIONS ON CERTAIN
FOREIGN PURCHASES
AUTHORIZATION AND CONSENT
NOTICE AND ASSISTANCE REGARDING
PATENT AND COPYRIGHT INFRINGEMENT
INSURANCE - LIABILITY TO THIRD

PERSONS
INTEREST
LIMITATION OF FUNDS
ASSIGNMENT OF CLAIMS
PROMPT PAYMENT
MANDATORY INFORMATION FOR
ELECTRONIC FUNDS TRANSFER
PAYMENT
DISPUTES
Alternate I (DEC 1991)
PROTEST AFTER AWARD
Alternate I (JUN 1985)
PROTECTION OF GOVERNMENT
BUILDINGS, EQUIPMENT,
AND VEGETATION
CONTINUITY OF SERVICES
NOTICE OF INTENT TO DISALLOW COSTS
PENALTIES FOR UNALLOWABLE COSTS
Page 47 of 76

JUN 1997
DEC 1996
FEB 1997
AUG 1996
APR 1984
APR 1984
APR 1984
APR 1984
JAN 1988
MAY 1989
APR 1984
MAR 1997
JAN 1997
OCT 1996
OCT 1996
JUL 1995
AUG 1996
MAR 1996
JUN
APR
JAN
JUN
AUG

1996
1984
1986
1997
1996

OCT 1995
AUG 1996
APR 1984
JAN 1991
APR 1984
OCT 1995

RS-IRM-97-195
1.1

Section I

(Continued)
NUMBER
52.242-13
52.243-2
52.244-2
52.244-5
52.246-25
52.248-1
52.249-6
52.249-14
52.253-1

DATE

TITLE
BANKRUPTCY
CHANGES -

COST-REIMBURSEMENT

Alternate I (APR 1984)
SUBCONTRACTS (COST-REIMBURSEMENT
AND LETTER CONTRACTS)
COMPETITION IN SUBCONTRACTING
LIMITATION OF LIABILITY -

SERVICES

VALUE ENGINEERING
TERMINATION (COST-REIMBURSEMENT)
EXCUSABLE DELAYS
COMPUTER GENERATED FORMS

JUL 1995
AUG 1987
FEB 1997
DEC
FEB
MAR
SEP
APR
JAN

1996
1997
1989
1996
1984
1991

[End of Clause]
1.2

52.217-9 OPTION TO EXTEND THE TERM OF THE
CONTRACT (MAR 1989)
(a) The Government may extend the term of this contract by written
notice to the Contractor within 90 days; 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.
(c) The total duration of this contract, including the exercise of
any options under this clause, shall not exceed 5 years.
[End of Clause]

I.3

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)
(a) The use of overtime is authorized under this contract if the
overtime premium cost does not exceed $8,000.00 or the
overtime premium is paid for work-(1) Necessary to cope with emergencies such as those
resulting from accidents, natural disasters, breakdowns
of production equipment, or occasional production
bottlenecks of a sporadic nature;
(2) By indirect-labor employees such as those performing
duties in connection with administration, protection,
transportation, maintenance, standby plant protection,
operation of utilities, or accounting;
(3) To perform tests, industrial processes, laboratory
Page 48 of 76

Section I

RS-IRM-97-195
I.3

(Continued)
procedures, loading or unloading of transportation
conveyances, and operations in flight or afloat that are
continuous in nature and cannot reasonably be interrupted
or completed otherwise; or
(4) That will result in lower overall costs to the
Government.
(b) Any request for estimated overtime premiums that exceeds the
amount specified above shall include all estimated overtime
for contract completion and shall-(1) Identify the work unit; e.g., department or section in
which the requested overtime will be used, together with
present workload, staffing, and other data of the
affected unit sufficient to permit the Contracting
Officer to evaluate the necessity for the overtime;
(2) Demonstrate the effect that denial of the request will
have on the contract delivery or performance schedule;
(3) Identify the extent to which approval of overtime would
affect the performance or payments in connection with
other Government contracts, together with identification
of each affected contract; and
(4) Provide reasons why the required work cannot be performed
by using multishift operations or by employing additional
personnel.
[End of Clause]

I.4

52.222-42

STATEMENT OF EQUIVALENT RATES FOR

FEDERAL HIRES

(MAY 1989)

In compliance with the Service Contract Act of 1965, as

amended, and the regulations of the Secretary of Labor (29 CFR
Part 4), this clause identifies the classes of service employees

expected to be employed under the contract and states the wages
and fringe benefits payable to each if they were employed by the
contracting agency subject to the provisions of 5 U.S.C. 5341 or
5332.
THIS STATEMENT IS FOR INFORMATION ONLY:
DETERMINATION.

Page 49 of 76

IT IS NOT A WAGE

Section I

RS-IRM-97-195
I.4

(Continued)

Monetary
Wage-Fringe

Employee class

Benefits
Project Manager
Senior Lead Computer Operator
Lead Operators
Computer Operator
Tape Librarian
Technical Writer
Clerical

$32.00
$21.25
$17.35
$15.05
$10.80
$35.00
$19.35

[End of Clause]
I.5

52.216-21 REQUIREMENTS

(OCT 1995)

(a) This is a requirements contract for the supplies or services
specified, and effective for the period stated, in the
Schedule. The quantities of supplies or services specified in
the Schedule are estimates only and are not purchased by this
contract. Except as this contract may otherwise provide, if
the Government's requirements do not result in orders in the
quantities described as "estimated" or "maximum" in the
Schedule, that fact shall not constitute the basis for an
equitable price adjustment.
(b) Delivery or performance shall be made only as authorized by
orders issued in accordance with the Ordering clause. Subject
to any limitations in the Order Limitations clause or
elsewhere in this contract, the Contractor shall furnish to
the Government all supplies or services specified in the
Schedule and called for by orders issued in accordance with
The Government may issue orders
the Ordering clause.
requiring delivery to multiple destinations or performance at
multiple locations.
(c) Except as this contract otherwise provides, the Government
shall order from the Contractor all the supplies or services
specified in the Schedule that are required to be purchased by
the Government activity or activities specified in the
Schedule.
(d) The Government is not required to purchase from the Contractor
requirements in excess of any limit on total orders under this
contract.
(e) If the Government urgently requires delivery of any quantity
of an item before the earliest date that delivery may be
Page 50 of 76

RS-IRM-97-195
1.5

Section I

(Continued)
specified under this contract, and if the Contractor will not
accept an order providing for the accelerated delivery, the
Government may acquire the urgently required goods or services
from another source.
(f) 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
[End of Clause]

Page 51 of 76

Section J

RS-IRM-97-195

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS
SECTION J -

J.1

ATTACHMENTS

LIST OF ATTACHMENTS

(MAR 1987)

Attachment Number

Title

01

Billing Instructions

02

NRC Contractor Organizational Conflicts
of Interest

03

Standard Form 1411 with Instructions

04

Contractor Spending Plan
Instructions

05

NRC Form 187 - Security/Classification
Requirements

06

Wage Determination- To be added to the
resultant contract.
Payment Information Form SF 3381 - ACHVendor Payment System

07

(CSP)

08

Procedures for Resolving NRC Contractor
Differing Professional Views

09

Relevant Experience And Past Performance
Questionnaire

Page 52 of 76

Section K

RS-IRM-97-195

PART IV
SECTION K

K.1

-

REPRESENTATIONS AND INSTRUCTIONS

- REPRESENTATIONS, CERTIFICATIONS, AND
OTHER STATEMENTS OF OFFERORS

52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS
TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (APR 1991)
(a) The definitions and prohibitions contained in the clause, at
FAR 52.203-12, Limitation on Payments to Influence Certain
Federal Transactions, included in this solicitation, are
hereby incorporated by reference in paragraph (b) of this
certification.
(b) The offeror, by signing its offer, hereby certifies to the
best of his or her knowledge and belief that on or after
December 23, 1989-(1) No Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to
influence an officer or employee of any agency, a Member
of Congress, an officer or employee of Congress, or an
employee of a Member of Congress on his or her behalf in
connection with the awarding of any Federal contract, the
making of any Federal grant, the making of any Federal
loan, the entering into of any cooperative agreement, and
the extension, continuation, renewal, amendment or
modification of any Federal contract, grant, loan, or
cooperative agreement;
(2) If any funds other than Federal appropriated funds
(including profit or fee received under a covered Federal
transaction) have been paid, or will be paid, to any
person for influencing or attempting to influence an
officer or employee of any agency, a Member of Congress,
an officer or employee of Congress, or an employee of a
Member of Congress on his or her behalf in connection
with this solicitation, the offeror shall complete and
submit, with its offer, OMB standard form LLL, Disclosure
of Lobbying Activities, to the Contracting Officer; and
(3) He or she will include the language of this certification
in all subcontract awards at any tier and require that
all recipients of subcontract awards in excess of
$100,000 shall certify and disclose accordingly.
(c) Submission of this certification and disclosure is a
prerequisite for making or entering into this contract imposed
by section 1352, title 31, United States Code. Any person who
makes an expenditure prohibited under this provision or who
fails to file or amend the disclosure form to be filed or
Page 53 of 76

RS-IRM-97-195

K.1

Section K

(Continued)
amended by this provision, shall be subject to a civil penalty
of not less than $10,000, and not more than $100,000, for each
such failure.
[End of Provision]

K.2

52.204-3

TAXPAYER IDENTIFICATION (JUN 1997)

(a) Definitions.
"Common parent," as used in this solicitation provision, means
that corporate entity that owns or controls an affiliated
group of corporations that files its Federal income tax
returns on a consolidated basis, and of which the offeror is a
member.
"Corporate status," as used in this solicitation provision,
means a designation as to whether the offeror is a corporate
entity, an unincorporated entity (e.g., sole proprietorship or
partnership), or a corporation providing medical and health
care services.
"Taxpayer Identification Number (TIN)," as used in this
solicitation provision, means the number required by the IRS
to be used by the offeror in reporting income tax and other
returns.
(b) All offerors are required to submit the information required
in paragraphs (c) through (e) of this solicitation provision
in order to comply with reporting requirements of 26 U.S.C.
6041, 6041A, and 6050M and implementing regulations issued by
the Internal Revenue Service (IRS). If the resulting contract
is subject to the reporting requirements described in FAR
4.903, the failure or refusal by the offeror to furnish the
information may result in a 31 percent reduction of payments
otherwise due under the contract.
(c) Taxpayer Identification Number (TIN).

[ ] TIN:
[ ] TIN has been applied for.
[ ] TIN is not required because:
[ ] Offeror is a nonresident alien, foreign corporation,
or foreign partnership that does not have income
effectively connected with the conduct of a trade or
business in the U.S. and does not have an office or
place of business or a fiscal paying agent in the
U.S.;

Page 54 of 76

RS-IRM-97-195
K.2

Section K

(Continued)
[ ] Offeror is an agency or instrumentality of a foreign
government;
[ ] Offeror is an agency or instrumentality of a
Federal, state, or local government;
[ ] Other.

State basis.

(d) 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:

[ ] Sole proprietorship
Partnership

[ ] Hospital or extended care facility described in 26
CFR 501(c)(3) that is exempt from taxation under 26
CFR 501(a).
(e) Common Parent.
Offeror is not owned or controlled by.a common parent as
defined in paragraph (a) of this provision.
Name and TIN of common parent:
Name
TIN
[End of Provision]
K.3

52.204-6 CONTRACTOR IDENTIFICATION NUMBER--DATA UNIVERSAL
NUMBERING SYSTEM (DUNS) NUMBER (DEC 1996)
(a) Contractor Identification Number, as used in this provision,

means "Data Universal Numbering System (DUNS) number," which
is a nine-digit number assigned by Dun and Bradstreet
Information Services.
(b) Contractor identification is essential for complying with
statutory contract reporting requirements. Therefore, the
offeror is requested to enter, in the block with its name and
Page 55 of 76

RS-IRM-97-195
K.3

Section K

(Continued)
address on the Standard Form 33 or similar document, the
annotation "DUNS" followed by the DUNS number which identifies
the offeror's name and address exactly as stated in the offer.
(c) If the offeror does not have a DUNS number, it should contact
Dun and Bradstreet directly to obtain one. A DUNS number will
be provided immediately by telephone at no charge to the
offeror. For information on obtaining a DUNS number, the
offeror should call Dun and Bradstreet at 1-800-333-0505. The
offeror should be prepared to provide the following
information:
(1) Company name.
(2) Company address.
(3) Company telephone number.
(4) Line of business.
(5) Chief executive officer/key manager.
(6) Date the company was started.
(7) Number of people employed by the company.
(8) Company affiliation.
(d) Offerors located outside the United States may obtain the
location and phone number of the local Dun and Bradstreet
Information Services office from the Internet Home Page at
http://www.dbisna.com/dbis/customer /custlist.htm. If an
offeror is unable to locate a local service center, it may
send an e-mail to Dun and Bradstreet at globalinfo@dbisma.com.
(End of Provision)

K.4

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

(a)

(1) The Offeror certifies, to the best of its knowledge and
belief, that-(i) The Offeror and/or any of its Principals-(A) Are (
) are not (
) presently debarred,
suspended, proposed for debarment, or declared
ineligible for the award of contracts by any
Federal agency;
(B) Have (
) have not (
), within a three-year
period preceding this offer, been convicted of
or had a civil judgment rendered against them
for: commission of fraud or a criminal offense
in connection with obtaining, attempting to
obtain, or performing a public (Federal, state,
or local) contract or subcontract; violation of
Page 56 of 76

RS-IRM-97-195

K.4

Section K

(Continued)
Federal or state antitrust statutes relating to
the 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
(C) Are (
) are not (
) presently indicted for,
or otherwise criminally or civilly charged by a
governmental entity with, commission of any of
the offenses enumerated in subdivision
(A)(1)(i)(B) of this provision.
(ii) The Offeror has (
) has not (
), within a
three-year period preceding this offer, had one or
more contracts terminated for default by any
Federal agency.
(2) "Principals," for the purposes of this certification,
means officers; directors; owners; partners; and, persons
having primary management or supervisory responsibilities
within a business entity (e.g., general manager; plant
manager; head of a subsidiary, division, or business
segment, and similar positions).
THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION
OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE,
FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER
SUBJECT TO PROSECUTION UNDER SECTION 1001, TITLE 18, UNITED
STATES CODE.
(b) The Offeror shall provide immediate written notice to the
Contracting Officer if, at any time prior to contract award,
the Offeror learns that its certification was erroneous when
submitted or has become erroneous by reason of changed
circumstances.
(c) A certification that any of the items in paragraph (a) of this
provision exists will not necessarily result in withholding of
an award under this solicitation. However, the certification
will be considered in connection with a determination of the
Offeror's responsibility. Failure of the Offeror to furnish a
certification or provide such additional information as
requested by the Contracting Officer may render the Offeror
nonresponsible.
(d) Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to
render, in good faith, the certification required by paragraph
(a) of this provision. The knowledge and information of an
Offeror is not required to exceed that which is normally
Page 57 of 76

RS-IRM-97-195
K.4

Section K

(Continued)
possessed by a prudent person in the ordinary course of
business dealings.

(e) The certification in paragraph (a) of this provision is a
material representation of fact upon which reliance was placed
when making award.
If it is later determined that the Offeror
knowingly rendered an erroneous certification, in addition to
other remedies available to the Government, the Contracting
Officer may terminate the contract resulting from this
solicitation for default.
[End of Provision]
K.5

52.215-6

TYPE OF BUSINESS ORGANIZATION

(JUL 1987)
The offeror or quoter, by checking the applicable box,
represents that-(a) It operates as [ ] a corporation incorporated under the laws
I an individual, [ ] a
of the State of
,
partnership, [ ] a nonprofit organization, or [ ] a joint
venture; or
(b) If the offeror or quoter is a foreign entity, it operates as
] an individual, [ I a partnership, [ ] a nonprofit
organization, [ I a joint venture, or [ ] a corporation,
registered for business in

(country).

[End of Provision]
K.6

52.215-11

AUTHORIZED NEGOTIATORS

(APR 1984)

The offeror or quoter represents that the following persons are
authorized to negotiate on its behalf with the Government in
connection with this request for proposals or quotations: [list
names, titles, and telephone numbers of the authorized
negotiators].

[End of Provision]

Page 58 of 76

[

RS-IRM-97-195
K.7

Section K

52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS
(JAN 1997)
(a)

(1) The standard industrial classification (SIC)
this acquisition is 7376.

code for

(2) The small business size standard is no more than $18.0
million average annual receipts for an offeror's
preceeding 3 fiscal years.
(3) The small business size
submits an offer in its
construction or service
furnish a product which
50 employees.

standard for a concern which
own name, other than on a
contract, but which proposes to
it did not itself manufacture, is

(b) Representations.
(1) The offeror represents as part of
its offer that it [ ] is, [ I is not a small business concern.
(2) (Complete only if offeror represented itself as a small
business concern in block (b)(1) of this section.)
The
offeror represents as part of its offer that it [ 3 is,
[ ] is not a small disadvantaged business concern.
(3) (Complete only if offeror represented itself as a small
business concern in block (b)(1) of this section.) The
offeror represents as part of its offer that it [ ] is,
[ I is not a women-owned small business concern.
(c) Definitions.
"Joint venture," for purposes of a small
.disadvantaged business (SDB) set-aside or price evaluation
preference (as prescribed at 13 CFR 124.321), is a concern
that is owned and controlled by one or more socially and
economically disadvantaged individuals entering into a joint
venture agreement with one or more business concerns and is
considered to be affiliated for size purposes with such other
concern(s).
The combined annual receipts or employees of the
concerns entering into the joint venture must meet the
applicable size standard corresponding to the SIC code
designated for the contract. The majority of the venture's
earnings must accrue directly to the socially and economically
disadvantaged individuals in the SDB concern(s) in the joint
venture. The percentage of the ownership involvement in a
joint venture by disadvantaged individuals must be at least 51
percent.
"Small business concern," as used in this provision, means a
concern, including its affiliates, that is independently owned
and operated, not dominant in the field of operation in which
it is bidding on Government contracts, and qualified as a
small business under the criteria in 13 CFR Part 121 and the
size standard in paragraph (a) of this provision.
Page 59 of.76

RS-IRM-97-195
K.7

Section K

(Continued)
"Small disadvantaged business concern," as used in this
provision, means a small business concern that (1) is at least
51 percent unconditionally owned by one or more individuals
who are both socially and economically disadvantaged, or a
publicly owned business having at least 51 percent of its
stock unconditionally owned by one or more socially and
economically disadvantaged individuals, and (2) has its
management and daily business controlled by one or more such
individuals. This term also means a small business concern
that is at least 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", as used in this
provision, means a small business concern-(1) Which is at least 51 percent owned by one or more women
or, in the case of any publicly owned business, at least
51 percent of the stock of which is owned by one or more
women; and
(2) Whose management and daily business operations are
controlled by one or more women.
(d) Notice.
(1) If this solicitation is for supplies and has
been set aside, in whole or in part, for small business
concerns, then the clause in this solicitation providing
notice of the set-aside contains restrictions on the source of
the end items to be furnished.
(2) Under 15 U.S.C. 645(d), any person who misrepresents a
firm's status as a small or small disadvantaged business
concern in order to obtain a contract to be awarded under
the preference programs established pursuant to sections
8(a), 8(d), 9, or 15 of the Small Business Act or any
other provision of Federal law that specifically
references section 8(d) for a definition of program
eligibility, shall-(i)

Be punished by imposition of a fine, imprisonment,
or both;

Page 60 of 76

RS-IRM-97-195
K.7

Section K

(Continued)
(ii)

Be subject to administrative remedies, including
suspension and debarment; and

(iii) Be ineligible for participation in programs
conducted under the authority of the Act.
[End of Provision]
K.8

52.222-21 CERTIFICATION OF NONSEGREGATED FACILITIES
(APR 1984)
(a) "Segregated facilities," as used in this provision, means any
waiting rooms, work areas, rest rooms and wash rooms,
restaurants and other eating areas, time clocks, locker rooms
and other storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, transportation,
and housing facilities provided for employees, that are
segregated by explicit directive or are in fact segregated on
the basis of race, color, religion, or national origin because
of habit, local custom, or otherwise.
(b) By the submission of this offer, the offeror certifies that it
does not and will not maintain or provide for its employees
any segregated facilities at any of its establishments, and
that it does not and will not permit its employees to perform
their services at any location under its control where
segregated facilities are maintained. The offeror agrees that
a breach of this certification is a violation of the Equal
Opportunity clause in the contract.
(c) The offeror further agrees that (except where it has obtained
identical certifications from proposed subcontractors for
specific time periods) it will-(1) Obtain identical certifications from proposed
subcontractors before the award of subcontracts under
which the subcontractor will be subject to the Equal
Opportunity clause;
(2) Retain the certifications in the files; and
(3) Forward the following notice to the proposed
subcontractors (except if the proposed subcontractors
have submitted identical certifications for specific time
periods):
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR
CERTIFICATIONS OF NONSEGREGATED FACILITIES
A Certification of Nonsegregated Facilities must be
Page 61 of 76

RS-IRM-97-195
K.8

Section K

(Continued)
submitted before the award of a subcontract under which
the subcontractor will be subject to the Equal
Opportunity clause. The certification may be submitted
either for each subcontract or for all subcontracts
during a period (i.e., quarterly, semiannually, or
annually).
-

NOTE: The penalty for making false statements in offers
is prescribed in 18 U.S.C. 1001.
[End of Provision]

K.9

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

The offeror represents that-(a) It [ ] has, [ I has not participated in a previous contract or
subcontract subject either to the Equal Opportunity clause of
this solicitation, the clause originally contained in Section
310 of Executive Order No. 10925, or the clause contained in
Section 201 of Executive Order No. 11114;
(b) It [ ] has,
reports; and

[ ] has not filed all required compliance

(c) Representations indicating submission of required
compliance reports, signed by proposed subcontractors, will be
obtained before subcontract awards.
[End of Provision]
K.10

52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984)

The offeror represents that (a) it [ ] has developed
file,
I has not developed and does not have on file,
establishment, affirmative action programs required by
and regulations of the Secretary of Labor (41 CFR 60-1
or (b) it [ I has not previously had contracts subject
written affirmative action programs requirement of the
regulations of the Secretary of Labor.

and has on
at each
the rules
and 60-2),
to the
rules and

[End of Provision]
K.11

52.223-1

CLEAN AIR AND WATER CERTIFICATION (APR 1984)

The Offeror certifies that-(a) Any facility to be used in the performance of this proposed
contract is [ , is not [ ] listed on the Environmental
Protection Agency (EPA) List of Violating Facilities;
Page 62 of 76

RS-IRM-97-195
K.11

Section K

(Continued)
(b) The Offeror will immediately notify the Contracting Officer,
before award, of the receipt of any communication from the
Administrator, or a designee, of the EPA, indicating that any
facility that the Offeror proposes to use for the performance
of the contract is under consideration to be listed on the EPA
List of Violating Facilities; and
(c) The Offeror will include a certification substantially the
same as this certification, including this paragraph (c), in
every nonexempt.subcontract.
[End of Provision]

K.12

NRCAR 2052.209-70 QUALIFICATIONS OF CONTRACT
EMPLOYEES (JAN 1993)

The offeror hereby certifies by submission of this offer that
all representations made regarding its employees, proposed
subcontractor personnel, and consultants are accurate.
[End of Provision]
K.13

NRCAR 2052.209-71 CURRENT/FORMER AGENCY
EMPLOYEE INVOLVEMENT (JAN 1993)

(a) The following representation is required by the NRC
Acquisition Regulation 2009.105-70(b).
It is not NRC policy
to encourage offerors and contractors to propose
current/former agency employees to perform work under NRC
contracts, and as set forth in the above cited provision, the
use of such employees may, under certain conditions, adversely
affect NRC's consideration of non-competitive proposals and
task orders.
(b) The offeror hereby certifies that there ( ) are ( ) are no
current/former NRC employees (including special Government
employees performing services as experts, advisors,
consultants, or members of advisory committees) who have been
or will be involved, directly or indirectly, in developing the
offer, or in negotiating on behalf of the offeror, or in
managing, administering, or performing any contract,
consultant agreement, or subcontract resulting from this
offer. For each individual so identified, the Technical and
Management proposal must contain, as a separate attachment,
the name of the individual, the individual's title while
employed by the NRC, the date individual left NRC, and brief
description of the individual's role under this proposal.
[End of Provision]
Page 63 of 76

Section K

RS-IRM-97-195
K.14

NRCAR 2052.209-72 CONTRACTOR ORGANIZATIONAL
CONFLICTS OF INTEREST (REPRESENTATION) (JAN 1993)
I represent to the best of my knowledge and belief that:
The award to
contract or the modification of an existing contract

/

/

does

/

/

does not

of a

involve situations or relationships of the type set forth in 48
CFR 2009.570- 3(b).
(a) If the representation, as completed, indicates that situations
or relationships of the type set forth in 48 CFR 2009.570-3(b)
are involved, or the contracting officer otherwise determines
that potential organizational conflicts of interest exist, the
offeror shall provide a statement in writing which describes
in a concise manner all relevant factors bearing on his
If the contracting
representation to the contracting officer.
officer determines that organizational conflicts exist, the
following actions may be taken:
(1) Impose appropriate conditions which avoid such conflicts,
(2) Disqualify the offeror,

or

(3) Determine that it is otherwise in the best interest of
the United States to seek award of the contract under the
waiver provisions of 48 CFR 2009-570-9.
(b) The refusal to provide the representation required by 48 CFR
2009.570-4(b), or upon request of the contracting officer, the
facts required by 48 CFR 2009.570-3(b), must result in
disqualification of the offeror for award.
[End of Provision]

Page 64 of 76

-

RS-IRM-97-195

Section L

SECTION L - INSTRUCTIONS, CONDITIONS, AND
NOTICES TO OFFERORS
L.1

52.252-1 SOLICITATION PROVISIONS INCORPORATED
BY REFERENCE (JUN 1988)
This solicitation incorporates one or more solicitation
provisions by reference, with the same force and effect as if they
were given in full text.
Upon request, the contracting officer
will make their full text available.
I.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)
PROVISIONS

NUMBER

TITLE

52.215-5
52.215-7

DATE

SOLICITATION DEFINITIONS
UNNECESSARILY ELABORATE
PROPOSALS OR QUOTATIONS
AMENDMENTS TO SOLICITATIONS
SUBMISSION OF OFFERS
LATE SUBMISSIONS, MODIFICATIONS,
AND WITHDRAWALS OF PROPOSALS
RESTRICTION ON DISCLOSURE AND
USE OF DATA
PREPARATION OF OFFERS
EXPLANATION TO PROSPECTIVE
OFFERORS
FAILURE TO SUBMIT OFFER
CONTRACT AWARD
FACILITIES CAPITAL COST OF MONEY
PREAWARD ON-SITE EQUAL
OPPORTUNITY COMPLIANCE REVIEW
EVALUATION OF COMPENSATION
FOR PROFESSIONAL EMPLOYEES

52.215-8
52.215-9
52.215-10
52.215-12
52.215-13
52.215-14
52.215-15
52.215-16
52.215-30
52.222-24
52.222-46

JUL 1987
APR 1984
DEC 1989
MAR 1997
JUN 1997
APR 1984
APR 1984
APR 1984
MAY 1997

OCT 1995
SEP 1987
APR 1984
FEB 1993

[End of Provision]
L.2

52.215-41 REQUIREMENTS FOR COST OR PRICING DATA OR
INFORMATION OTHER THAN COST OR PRICING
DATA (JAN 1997) ALTERNATE I (OCT 1995)
(a) Exceptions from cost or pricing data. (1) In lieu of
submitting cost or pricing data, offerors may submit a written
request for exception by submitting the information described
in the following subparagraphs.
The Contracting Officer may
require additional supporting information, but only to the
extent necessary to determine whether an exception should be
granted, and whether the price is fair and reasonable.
(i)

Identification of the law or regulation
Page 65 of 76

RS-IRM-97-195
L.2

Section L

(Continued)
establishing the price offered.
If the price is
controlled under law by periodic rulings, reviews,
or similar actions of a governmental body, attach a
copy of the controlling document, unless it was
previously submitted to the contracting office.
(ii) For a commercial item exception, the offeror shall
submit, at a minimum, information on prices at
which the same item or similar items have
previously been sold that is adequate for
evaluating the reasonableness of the price for this
acquisition. Such information may include-(A) For catalog items, a copy of or identification
of the catalog and its date, or the appropriate
pages for the offered items, or a statement
that the catalog is on file in the buying
office to which the proposal is being
submitted. Provide a copy or describe current
discount policies and price lists (published or
unpublished), e.g., wholesale, original
equipment manufacturer, or reseller. Also
explain the basis of each offered price and its
relationship to the established catalog price,
including how the proposed price relates to the
price of recent sales in quantities similar to
the proposed quantities.
(B) For market-priced items, the source and date or
period of the market quotation or other basis
for market price, the base amount, and
applicable discounts.
In addition, describe
the nature of the market.
(C) For items included on an active Federal Supply
Service Multiple Award Schedule contract, proof
that an exception has been granted for the
schedule item.
(2) The offeror grants the Contracting Officer or an
authorized representative the right to examine, at any
time before award, books, records, documents, or other
directly pertinent records to verify any request for an
exception under this provision, and the reasonableness of
price. Access does not extend to cost or profit
information or other data relevant solely to the
offeror's determination of the prices to be offered in
the catalog or marketplace.
(b) Requirements for cost or pricinq data.
If the offeror is
not granted an exception from the requirement to submit cost
Page 66 of 76

RS-IRM-97-195

L.2

Section L

(Continued)
or pricing data, the following applies:
(1) The offeror shall submit cost or pricing data on Standard
Form (SF) 1411, Contract Pricing Proposal Cover Sheet
(Cost or Pricing Data Required), with supporting
attachments prepared in the following format:
(2) As soon as practicable after agreement on price, but
before contract award (except for unpriced actions such
as letter contracts), the offeror shall submit a
Certificate of Current Cost or Pricing Data, as
prescribed in FAR 15.804-4.

L.3

52.216-1

TYPE OF CONTRACT

(APR 1984)

The Government contemplates award of a cost-plus-fixed-fee
contract resulting from this solicitation.
[End of Provision]
L.4

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
Contract Management Branch 3
Property Management
Washington, DC 20555
Hand carried address:
U.S. Nuclear Regulatory Commission
Division of Contracts and Property Management
Contract Management Branch 3
11545-Rockville Pike
Rockville, MD 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.
[End of Provision]

Page 67 of 76

RS-IRM-97-195
L.5

52.237-1

Section L
SITE VISIT

(APR 1984).

Offerors or quoters are urged and expected to inspect the site
where services are to be performed and to satisfy themselves
regarding all general and local conditions that may affect the
cost of contract performance, to the extent that the information
is reasonably obtainable.
In no event shall failure to inspect
the site constitute grounds for a claim after contract award.
[End of Provision]
L.6

NRCAR 2052.215-74 TIMELY RECEIPT OF PROPOSALS

(JAN 1993)

Because NRC is a secure facility with perimeter access control,
offerors shall allow additional time for hand delivery (including
express mail and delivery services) of proposals to ensure that
they are timely received in the depository at the address shown in
Item 9 on the Standard Form 33.
[End of Provision]
L.7

NRCAR 2052.215-75 AWARD NOTIFICATION AND
COMMITMENT OF PUBLIC FUNDS (JAN 1993)

(a) All offerors will be notified of their selection or
nonselection as soon as possible. Formal notification of
nonselection for unrestricted awards may not be made until a
contract has been awarded.
Pursuant to requirements of FAR
15.1001(b)(2), preliminary notification will be provided
before the award for small business set-aside procurements on
negotiated procurements.
(b) It is also brought to your attention that the contracting
officer is the only individual who can legally commit the NRC
to the expenditure of public funds in connection with this
procurement. This means that unless provided in a contract
document or specifically authorized by the contracting
officer, NRC technical personnel may not issue contract
modifications, give informal contractual commitments, or
otherwise bind, commit, or obligate the NRC contractually.
Informal contractual commitments include:
(1) Encouraging a potential contractor to incur costs prior
to receiving a contract;
(2) Requesting or requiring a contractor to make changes
under a contract without formal contract modifications;

Page 68 of 76

RS-IRM-97-195
L.7

Section L

(Continued)
(3) Encouraging a contractor to incur costs under a
cost-reimbursable contract in excess of those costs
contractually allowable; and
(4) Committing the Government to a course of action with
regard to a potential contract, contract change, claim,
or dispute.
[End of Provision]

L.8

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

L..9

2052.215-77

PROPOSAL PRESENTATION AND FORMAT

(DEC

1995)

(a) Proposals must be typed, printed, or reproduced on letter-size
paper and each copy must be legible.
(b) Proposals in response to this Request for Proposal must be
submitted in the following three (3) separate and distinct
parts:
(1) Two (2) orginial signed copies of this solicitation
package. All applicable sections must be completed by
the offeror.
(2) One (1) original and 4 copies of the "Cost Proposal."
(3) One (1) original and 4 copies of the "Technical and
Management Proposal."
(c) Correctness of the proposal.
Caution--offerors are hereby
notified that all information provided in its proposals,
including all resumes, must be accurate, thruthful, and
complete to the best of the offeror's knowledge and belief.
The Commission will rely upon all representations made by the
offeror both in the evaluation process and for the performance
of the work by the offeror selected for award.
The Commission
may require the offeror to substantiate the credentials,
education, and employment history of its employees,
subcontractor personnel, and consultants, through submission
Page 69 of 76

RS-IRM-97-195
L.9

Section L

(Continued)
of copies of transcripts, diplomas, licenses, etc.
(d) Cost proposal.
(1) The offeror shall use Standard Form 1411, Contract
Pricing Proposal Cover Sheet, in submitting the Cost
Proposal. A copy of the form and instructions are
attached to this solicitation.
The information must
include pertinent details sufficient to show the elements
of cost upon which the total cost is predicted.
The Cost
Proposal must be submitted separately from the Technical
and Management Proposal.
(2) When the offeror's estimated cost for the proposed work
exceeds $100,000 and the duration of the contract period
exceeds six months, the offeror shall submit a Contractor
Spending Plan (CSP) as part of its cost proposal.
Guidance for completing the CSP is attached.
(3) For any subcontract discussed under the Technical and
Management Proposal, provide supporting documentation on
the selection process, i.e., competitive vs.
noncompetitive, and the cost evaluation.
(4) The offeror's proposal shall include a description and
estimated acquisition/fabrication cost of property
required for performance that has a proposed
acquisition/fabrication cost of $500 or more.
(5) If government furnished property will be provided under
performance of the resulting contract or if contractor
acquired property is proposed for performance of this
effort, the proposal shall provide the following
information about the offeror's inventory system:
(a) whether another U.S. Government agency has approved
the inventory system
(b) the date of such approval
(c) a contact point with telephone number and address
for the approving agency
If the inventory system has not been approved by another
government agency, the offeror shall provide a
description of their inventory system for review and
approval by the Nuclear Regulatory Commission.

(e).

TECHNICAL AND MANAGEMENT PROPOSAL

Page 70 of 76

RS-IRM-97-195
L.9

Section L

(Continued)
The Technical and Management Proposal shall not contain any
reference to cost. Resource information such as data concerning
labor hours and categories, materials, subcontracts, travel,
computer time, etc., shall be included in the Technical and
Management Proposal so that the Offeror's understanding of the
scope of work may be evaluated.
The Offeror shall submit with the Technical and Management
Proposal, full and complete information as set forth below to
permit the Government to make a thorough evaluation and a sound
determination that the proposed approach will have a reasonable
likelihood of meeting the requirements and objectives of this
procurement.
Statements which paraphrase the Statement of Work without
communicating the specific innovation proposed by the Offeror or
statements to the effect that the Offeror's understanding can or
will comply with the Statement of Work may be construed as an
indication of the Offeror's lack of understanding of the
Statement of Work and objectives.
The Technical and Management Proposal shall set forth as a
minimum, the following:
1.

PAST PERFORMANCE

The offerors shall provide the NRC with the attached
questionnaire filled out by three companies where they have
performed equivalent work.
The NRC reserves the right to contact
any of these companies that fill out the questionnaire to
validate the responses in the questionnaire. The contacts name
and phone number shall be provided for the questionnaire to be
acceptable.
2.

DEMONSTRATED UNDERSTANDING OF THE SCOPE OF WORK

Demonstrate a sound approach and comprehensive
implementation plan to meet the daily operational support tasks
outlined in the Statement of Work. Show potential problem areas
and the approach to be taken to resolve said areas.
State any
interpretations, requirements, or assumptions in the Statement of
Work.
3.

PERSONNEL QUALIFICATIONS/EXPERIENCE

Include resumes for all personnel to be utilized in the
performance of any resulting contract. At a minimum, the resumes
should include:
o
Training and education related to the tasks delineated
in the Statement of work.
Include all technical or trade
Page 71 of 76

RS-IRM-97-195
L.9

Section L

(Continued)
schools, military training and commercial training programs.
o
Previous work experience related to operations of
mainframe and mini computers.
o
Information provided shall be detailed enough to
demonstrate that the proposed personnel have the depth and
relevancy of experience to meet the NRCs requirements as set
forth in the Statement of Work.

4.

MANAGEMENT APPROACH

a.
Demonstrate a sound management approach to
implementing the contract. This shall include:
i.
A description of the Offeror's proposed
management techniques to oversee the administration of the
Contract.
ii.
Procedures to provide on-going and backup support
to avoid system interruptions. As a minimum this procedure
description should include the designated point of contact
both principle and backup (if applicable), and the maximum.,
time backup personnel can be available from the time the
Contract is notified of the need for a backup person by the
NRC Project Officer.
iii. The Offeror's training plan to keep'personnel upto-date with the new features of the hardware/software
listed in the Statement of Work.
State any assumptions,
interpretations, and requirements involved in this training
plan.
(End of Provision]
L.10

NRCAR 2052.216-70 LEVEL OF EFFORT (JAN 1993)
The NRC's estimate of the total effort for this project is
approximately 8.6 professional and 0.1 clerical staff-years for
the duration of this contract. This information is advisory and is
not to be considered as the sole basis for the development of the
staffing plan.
For the purposes of the Government estimate, 2000
hours constitute a staff year.
[End of Provision]

L.11

4RCAR 2052.222-70 NONDISCRIMINATION BECAUSE
OF AGE (JAN 1993)

It is the policy of the Executive Branch of the Government that:
Page 72 of 76

RS-IRM-97-195

L.11

Section L

(Continued)
(a) Contractors and subcontractors engaged in the performance of
Federal contracts may not, in connection with the employment,
advancement, or discharge of employees or in connection with
the terms, conditions, or privileges of their employment,
discriminate against persons because of their age except upon
the basis of a bona fide occupational qualification,
retirement plan, or statutory requirements; and
(b) That contractors and subcontractors, or person acting on their
behalf, may not specify, in solicitations or advertisements
for employees to work on Government contracts, a maximum age
limit for employment unless the specified maximum age limit is
based upon a bona fide occupational qualification, retirement
plan, or statutory requirement.
[End of Provision]

L.12

ACCEPTANCE PERIOD (MAR 1987)
Because of the time required by the Government to evaluate
proposals and make an award, offerors are instructed to specify on
the SF-33 a proposal acceptance period of not less than 120 days
days.
[End of Provision]

L.13

ESTIMATED DURATION (JUN 1988)
The duration of the contract is estimated to be 3 years.
section F for any option periods)

(See

[End of Provision]
L.14

USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC
PAYMENT/REMITTANCE ADDRESS
It is the policy of the Nuclear Regulatory Commission to pay
government vendors by the Automated Clearing House (ACH)
electronic funds transfer payment system in lieu of a U.S.
Treasury check.
If for good reason the offeror is unable to
participate in the ACH/Vendor Express program, it should be
notated in the offeror's proposal and it will be discussed during
the negotiation process.
If item 15C. of the Standard Form 33 has
been checked, enter the remittance address should agreement to an
alternate method of payment ensue.

Page 73 of 76

Section L

RS-IRM-97-195
L.14

(Continued)
Name:
Address:
.

[End of Provision]

Page 74 of 76

RS-IRM-97-195

Section M

SECTION M - EVALUATION FACTORS FOR AWARD
M.1

52.252-1 SOLICITATION PROVISIONS INCORPORATED
BY REFERENCE (JUN 1988)
This solicitation incorporates one or more solicitation
provisions by reference, with the same force and effect as if they
were given in full text. Upon request, the contracting officer
will make their full text available.
I.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)
PROVISIONS

NUMBER
52.217-5

TITLE

DATE

EVALUATION OF OPTIONS

JUL 1990

[End of Provision]
M.2

NRCAR 2052.215.84 CONTRACT AWARD AND EVALUATION
OF PROPOSALS - TECHNICAL MERIT-MORE IMPORTANT
THAN COST (JAN 1993)
(a) By use of numerical and narrative scoring techniques,
proposals are evaluated against the evaluation factors
specified in paragraph M..9 below. These factors are listed in
their relative order of importance. Award is made to the
offeror:
(1) Whose proposal is technically acceptable;
(2) Whose technical/cost relationship is most advantageous to
the Government; and
(3) Who is considered to be responsible within the meaning of
Federal Acquisition Regulation Part 9.1.
(b) Although cost is a factor in the evaluation of proposals,
technical merit in the evaluation criteria set forth below is
a more significant factor in the selection of a contractor.
Further, to be selected for an award, the proposed cost must
be realistic and reasonable.
(c) The Government may:
(1) Reject any or all offers if the action is in the public
interest;
(2) Accept other than the lowest offer; and
(3) Waive informalities and minor irregularities in offers
Page 75 of 76

RS-IRM-97-195
M.2

Section M

(Continued)
received.
(d) The Government may award a contract on the basis of initial
offers received, without discussions. Therefore, each initial
offer should contain the offeror's best terms from a cost or
price and technical standpoints.
(e) A separate cost analysis is performed on each cost proposal.
To provide a common base for evaluation of cost proposals, the
level of effort data must be expressed in staff hours. Where
a Contractor Spending Plan (CSP) is required by other
provisions of this solicitation, consideration is given to the
Plan for completeness, reasonableness, and as a measure of
effective management of the effort.
(f) In making the above determination, an analysis is performed by
the Government that takes into consideration the results of
the technical evaluation and cost analysis.
[End of Provision]

M.3

EVALUATION CRITERIA (MAR 1987)
Weights Based
on 100 points
1.

PAST PERFORMANCE

30

2.

DEMONSTRATED UNDERSTANDING OF THE SCOPE OF WORK

30

3.

PERSONNEL QUALIFICATIONS/EXPERIENCE

30

The offerors proposed personnel qualifications and
experience as it relates to the operation of Data General AOS/VS
II, IBM VM/ESA, DEC VMS operating systems and knowledge operation
of NRC critical systems such as Nuclear Documents, Payroll and
Emergency Response Data Systems as referenced in Section C.
4.

MANAGEMENT APPROACH

10

-

The offerors proposed management approach to provide
on-going and back-up support.
The offerors approach to providing
continuing education and training to personnel under this
contract will also be evaluated.
[End of Provision]

Page 76 of 76



Source Exif Data:
File Type                       : PDF
File Type Extension             : pdf
MIME Type                       : application/pdf
PDF Version                     : 1.6
Linearized                      : Yes
XMP Toolkit                     : Adobe XMP Core 4.2.1-c043 52.372728, 2009/01/18-15:08:04
Producer                        : 
Modify Date                     : 2012:11:18 12:31:02-05:00
Create Date                     : 2003:05:13 14:21:29-04:00
Metadata Date                   : 2012:11:18 12:31:02-05:00
Creator Tool                    : 
Accession Number                : ML031330603
Estimated Page Count            : 91
Document Date                   : 19971212
Hex Date                        : 30BC8C
Document Type                   : ACQ-Request For Proposal (RFP)
Document Title                  : Request for Proposal No. RS-IRM-97-195 Entitled "Operation of NRC Data Centers."
Author Name                     : Mearse S D
Author Affiliation              : NRC/ADM/DCPM
Case Reference Number           : FOIA/PA-2003-0243, RS-IRM-97-195
Datetobe Released               : 20030519
Format                          : application/pdf
Title                           : Request for Proposal No. RS-IRM-97-195 Entitled "Operation of NRC Data Centers."
Document ID                     : uuid:4c2c90ca-2b72-46b7-9f9e-efa99f6cadef
Instance ID                     : uuid:22500ecd-eda3-4eaf-8b14-55936658fb2d
Page Count                      : 91
Creator                         : 
EXIF Metadata provided by EXIF.tools

Navigation menu