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

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
I
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
AIMSI
GEORGE
B.
SANDERS
575
OAK
RIDGE
TRUNPIKE
SUITE
B-3
OAK
RIDGE,
TN
37830
AMTI
FIONA
BARSHOW
1101
15TH.,
NW,
SUITE
900
WASHINGTON,
DC
20005
APPLIED
SYSTEMS
MANAGEMENT,
INC.
JIM
ZUMWALT
6332
BROCKETTS
CROSSING
ALEXANDRIA,
VA
22315
AQUASIS
SERVICES
INC.
STEVE
WESTERLUND
904
EAST
GADSDEN
STREET
P.O
BOX
2605,
PENSACOLA, FL 32513
ARAMARK
TOWER
MATTHEW
BREITENBACH
1101
MARKET
STREET
PHILADELPHIA,
PA
19107
ATLANTIC
COAST
CONTRACTING,
INC.
DELANEY
RDD
P.O.
BOX
1086
DUNN,
NC
38335
AUTOMATED
SYSTEMS
&
PROG.,
INC.,
ERIC
MC
PHERSON
7910
WOODMONT
AVE
SUITE
1450
BETHESDA,
MD
20814
202-686-0212
202-686-1673
423-482-9879
423-482-6238
202-776-0400
202-452-0699
703-922-6436
703-922-6436
850-433-0831
850-432-6899
215-238-3000
215-238-3333
910-892-3127
910-892-7950
301-718-3473
301-718-3666
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
BN
SYSTEM,
INC.
MARK
F.
REWERS
4213
NORTH
BUFFALO ROAD
ORCHARD
PARK,
NY
14127
CENCOR
CORPOATION
VERONICA
STEVENS
5252
CHEROKEE
AVENUE
SUITE
300
ALEXANDRIA,
VA
22312
CENCOR
INFORMATION
SYSTEMS
CAROLYN
S.
WALL
5252
CHEROKEE
AVENUE,
SUITE
300
ALEXANDRIA,
VA
22312
CETROM
DOUGLAS
R.
KUNZE,
CPP,CQAE
818
W.
DIAMOND
AVE.
SUITE
101
GAITHERSBURG, MD
20878
CHEROKEE
INFORMATION
SERVICES
INC.,
CHRISTINE
BAUMAN
CRYSTAL
GATEWAY
3
SUITE
304
1215
JEFFERSON
DAVIS
HWY.,
ARLINGTON,
VA
22202
COMPREHENSIVE
TECH.
INTERNATIONAL
BILL
McCENEY
3951
PENDER
DRIVE
SUITE
120
FAIRFAX,
VA
22030
COMPUTER
BASED
SYSTEMS,
INC.
ANN
MARIE
TRIPLETT
2750
PROSPERITY
AVE.,
SUITE
300
FAIRFAX,
VA
22031
703-848-2400
703-848-0804
716-662-9199
716-662-9290
703-941-5916
703-941-4309
703-941-5916
703-941-4309
301-990-4111
301-990-6057
703-416-0720
703-415-1450
703-383-7200
703-352-6765
703-849-8080
703-849-1763
Page
3
12/11/97
BIDDER'S
MAILING
LIST
FOR
SOLICITATION
NUMBER:
RS-IRM-97-195
COMPANY
PHONE
/
FAX
(Large
Busineses
are
Identified
with
an
Asterisk)
COMPUTER
RESOURCE
MANAGEMENT,
INC.
EDITH
TRUMP
950
HERNDON
PARKWAY
SUITE
360
HERNDON,
VA
20170
CONVENANT
INDUSTRIES,
INC.
STATNEY
LATTIN
JR.
P.O.BOX
5189
WEST
COVINA,
CA 91791
DATA MONITOR
SYSTEMS,
INC.
WILLIAM
L.
HARPER
1120
S.
DOUGLAS
BLVD.,
MIDWEST
CITY,
OK
73130
DCCA
DAVID
E. BOWER,
JR.
P.O.
BOX
2665
COLUMBIA,
MD 21045
DEL
MAR
ASSOCIATES,
INC.
TONY
COMFORT
3237
CISMONT
COURT
WOODBRIDGE,
VA
22192
DP
ASSOCIATES
INC.,
TOMMIE
L.
BATTS
4900
CENTURY
STREET
HUNTSVILLE,
AL
35816
E.J.
HERRING
AND
SON
INC
MARY
CAMERON
621
CENTRAL
AVENUE
UNIT
501
EDGEWATER,
MD
21037
EIS
SERVICES,
INC.
ROBERT
L.
PATTERSON
7700
LEESBURG
PIKE
SUITE
125
FALLS
CHURCH,
VA
22043
703-435-7613
703-834-1294
626-330-3500
626-369-0471
405-737-7950
405-736-0723
301-621-8740
410-992-3760
703-491-3051
703-491-3051
205-837-8300
205-837-8454
410-798-0939
410-798-6505
703-749-0007
703-749-0009
Page
4
12/11/97
BIDDER'S
MAILING
LIST
FOR
SOLICITATION
NUMBER:
RS-IRM-97-195
COMPANY
(Large
Busineses
are
Identified with
ERIN
SERVICES,
INC.
DENNIS
J.
DONNELLY,III
ERIN
SERVICES,
INC.
P.O.
BOX-24477
111
PALMETTO COURT
ST.
SIMONS
ISLAND,
GA
31522
FEDERAL
MANAGEMENT
SYSTEMS,
INC.
ABE
KELLIZY
6401
GOLDEN
TRIANGLE
DRIVE,SUITE450
GREENBELT,
MD
20770
FEDERAL SOURCES INCORPORATED
JENNIFER
ABBOTT
8400
WESTPARK DRIVE
4TH
FLOOR
MC
LEAN,
VA
22102
FIRST
FEDERAL
CORPORATION
SANDRA
GUIDERA
4910
MASSACHUTTS
AVE.
NW
SUITE
16
WASHINGTON,
DC
20016
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
GMSI
SHERRY
EMBREY
TWO
DEMOCRACY
PLAZA
6707
DEMOCRACY
BLVD,
SUITE
200
BETHESDA,
MD
20817
GOVERNMENT CONTRACT
SREVICES
JANE
LOCKE
1000
NORTH DIXIE
HIGHWAY
SUITE
B
WEST
PLAM
BEACH,
FL
33401
PHONE
/
FAX
an
Asterisk)
912-638-9916
912-638-5701
301-441-9451
301-441-8270
703-610-8700
703-883-0362
202-362-9884
202-244-2478
919-544-7219
301-415-8157
703-404-2259
703-404-2472
301-493-9193
561-833-3385
561-833-5388
Page
5
12/11/97
BIDDER'S
MAILING
LIST
FOR
SOLICITATION
NUMBER:
RS-IRM-97-195
COMPANY
(Large
Busineses
are
Identified
with
an
IIT
RESEARCH
INSTITUTE
PETER
McGRATH
1921
GALLOWS
ROAD
SUITE
730
VIENNA,
VA
22182
INFORMATION
TECH.SOLUTIONS
INC.,
KEVIN
WAGER
2021
CUNNINGHAM
DRIVE,
SUITE
303
HAMPTON,
VA
23666
INNOVATIVE
LOGISTICS
ANTONIO JENKINS-LARA
1505,
BOX
025207
MIAMI,
FL
33102
INTEGRITY
MANAGEMENT
INTERNAITONAL
SUSAN
LIPSCOMB
1931
SAN
MIGUEL
DRIVE
SUITE
210
WALNUT
CREEK,
CA
94596
ITS
FEDERAL
CAMILLE
R.
MORRIS
P.O.
BOX
1148
VENTURA,
CA
93002
ITS
SERVICES,
INC.
STEPHANE
BRAUN
6800
BACKLICK
ROAD
SUITE
204
SPRINGFIELD,
VA
22150
J.H.M.RDG
INC.,
RICK
KEIR
6930
CARROLL
AVE.,
SUITE
700
TAKOMA
PARK,
MD
20912
JRS
MANAGEMENT
JACQULINE
SIMS
3104
LUMAR
DRIVE
FORT
WASHINGTON,
MD
20744
PHONE
/
FAX
Asterisk)
703-918-4480
NONE
757-827-8443
757-827-3560
011-507-224-9847
011-507-224-9794
510-934-6771
510-934-8249
805-641-0093
805-641-0190
703-644-6433
703-644-6435
301-270-1225
301-270-3585
301-248-1309
301-248-5628
Page
6
12/11/97
BIDDER'S
MAILING LIST
FOR
SOLICITATION
NUMBER:
RS-IRM-97-195
COMPANY
(Large
Busineses
are
Identified
with
an
KATHPAL
TECH
INC.
RICHARD
HARRISON
2230
GALLOWS
ROAD
SUITE
380
DUNN
LORING,
VA
22027
KEVRIC
COMPANY,
INC.
DAVID
W.
ALLEN
SR.
SILVER
SPRING
METRO
PLAZA
ONE
8401
COLESVILLE
ROAD,
SUITE
610
SILVER
SPRING,,
MD 20910
LABAT-
ANDERSON
INC.
MIRA
ALI
8000
WESTPARK
DRIVE
SUITE
400
MC
LEAN,
VA
22102
LADUCER
&
ASSOCIATES,
INC.
JEFF
GRANT
201
MISSOURI
DRIVE
MANDAN,
ND
58554
LANDIS
&
STAEFA
SUSAN GOELDNER
FACILITY
MANAGEMENT
SERVICE
801
ASBURY
DRIVE
BUFFALO
GROVE,
IL
60089
LBB,
INCORPORATED
DORIS HERTEL
13
KOGER
CENTER
STE.
100
NORFOLK,
VA
23502
MANAGEMENT
SOLUTIONS LLC
JOHN
THIES
15
FUTURITY
PLACE
TIJERAS,
NM
87059
MANY
ARROW
R
CORPORATION
S.M.
ROSE
P.O.
DRAWER
KJ
WILLIAMSBURG,
VA
23187
PHONE
/
FAX
Asterisk)
703-573-7791
703-573-7793
301-588-6000
301-588-1777
703-506-9600
703-506-4646
701-667-1980
701-667-2970
847-215-5131
NONE
757-893-9159
757-893-9178
505-768-8743
NONE
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
MCSI
TECHNOLOGIES
INC.
MARION
A.
PORTER
8401
COLESVILLE
ROAD
SUITE
305
SILVER
SPRING,
MD
20910
MSTC,
INC.,
NANCY DEWEY
3541
CHAIN
BRIDGE
ROAD,
#9
FAIRFAX,
VA
22030
MULTIMAX,
INC.,
MICHELLE
Y.
FLING
1608
SPRING
HILL ROAD
SUITE
438
VIENNA,
VA
22182
NATI
K.J.
ANDERSON
3703
BENNING
ROAD
NE.,
WASHINGTON,
DC
20019
NETWORK
AUTOMATION
TECH.
DOUGH
INGLES
8201
GREENSBORO
DR
SUITE
1000
McLEAN,
VA
22102
NVT
TECHNOLOGIES
INC.,
TIMOTHY
F.
REGAN
21515
RIDGETOP CIRCLE
SUITE
300
STERLING,
VA
20166
OFFICE
MANAGEMENT
&
DESIGN
CONS.,
GLORIA
H.
REASE
1300
MERCANTILE
LANE
SUITE
139
LANDOVER,
MD
20785
703-921-1600
703-921-1610
301-495-4444
301-495-4475
703-385-7074
703-385-7040
703-761-7988
703-761-1998
202-397-2200
202-396-6566
703-714-6997
703-714-6998
703-406-8000
703-406-0751
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
PRAGMATICS
INC.
DR.
KIM
NGUYEN
8301
GREENSBORO
DRIVE
SUITE
225
MC
LAN,
VA
22102
PROFESSIONAL
PERFORMANCE
DEV.
CORP.
KLAUS
M.
SCHONFELD
7272
WURZBACH
ROAD
SUITE
1504
SAN
ANTONIO,
TX
78240
PULSAR
DATA
SYSTEMS
INC.
VICTOR
SMIGEL
4500
FORBES
BLVD.,
LANHAM,
MD
20706
PURDEY
ASSOCIATES
ENG.
LOUIS
A.
PURDEY
P.O.
BOX
1158
YORKTOWN,
VA
23692
R&A TECHNICAL
SERVICES
MARK
HOSKINS
66
EAST
EXCHANGE
PLACE
SALT
LAKE
CITY,
UT
84111
RAI
RAPID
MARK
POMPLON
8221
PRESTON COURT
JESSUP,
MD
20794
301-415-8157
757-437-8862
757-437-8836
703-761-4033
703-761-4089
210-615-1117
210-615-1158
301-415-6577
301-415-8157
757-898-1241
757-898-1241
801-524-0100
801-525-0081
301-776-5000
301-776-3690
Page
9
12/11/97
BIDDER'S
MAILING
LIST
FOR
SOLICITATION
NUMBER:
RS-IRM-97-195
COMPANY
(Large
Busineses
are
Identified with
an
REMTECH
SERVICES,
INC.
JOHN
D.
SHERIFF
804
MIDDLE
GROUND
BLVD.,
SUITE
A
NEWPORT
NEWS,,
VA
23606
RGI,
INC.
LAURA KRUCZKOWSKI
5203
LEESBURG
PIKE,
SUITE
1300
FALLS CHURCH,,
VA
22041
RICK
MONTOYA
SERVICES,
INC.
JOSEPH
L.
STACK
WESTERN
BANK
BUILDING
201
N.
CHURCH
ST.,
SUITE
308
LAS
CRUCES,
NM
88001
RIO
TECHNICAL
SERVICES,
INC.
LINDY
R.
WALKER
4636
SW LOOP
820
SUITE
183
FT.
WORTH.,
TX
76109
RSIS
ZENI
ZOLETA
1651
OLD
MEDOW
ROAD
5TH FLOOR
MC
LEAN,
VA
22102
RULAND
ASSOCIATES,
INC.,
JAMES
RULAND
P.O.
BOX
790
CHARLES
TOWN,,
WV
25414
SCITECH
SERVICES,
INC.
LESLIE
BARNETT
1311
CONTINENTAL
DRIVE
SUITE
G,
ABINGDON,
MD
21009
SDC,
INCORPORATED
V.P.
GILCHRIST
6703
ODYSSEY
DRIVE,
SUITE
103
HUNTSVILLE,
AL
35806
PHONE
/
FAX
Asterisk)
757-873-8733
757-873-8403
703-820-4900
703-820-4906
505-523-2500
505-523-5600
817-735-8264
817-735-8342
703-734-7800
703-734-7808
304-728-6225
304-728-0136
410-671-7104
410-676-2304
205-971-0042
205-971-0047
Page
10
12/11/97
BIDDER'S
MAILING
LIST
FOR
SOLICITATION
NUMBER:
RS-IRM-97-195
COMPANY
(Large
Busineses
are
Identified
with
SETA
JOHN
E.
LEONARZ
DIRECTOR,
CONTRACTS
6862
ELM
STREET
MC
LEAN,
VA
22101
SHERIKON
INC.
SHARON
ORCHARD
92
THOMAS
JOHNSON
DRIVE
SUITE
130
FREDERICK,
MD
21702
SMART
TECHNOLOGY
INC.
CLIFTON
JOHNSON
SR
5510
CHEROKEE
AVE
SUITE
110
ALEXANDRIA,
VA
22312
SSSI
CORPORATION
DANA
GOODRICH
9891
BROKEN
LAND
PARKWAY
SUITE
100
COLUMBIA,
MD
21046
STATELLITE SERVICES
DENNIS
LA
PORTE
309
S
FRONT
MARQUETTE, MI 49855
STG,
INC.
MAUREEN
SCHREIBER
3702
PENDER
DRIVE,
SUITE
250
FAIRFAX,
VA
22030
SYMTECH
CORPORATION
ROY
AUSTIN
3089
TRACY
BLVD
#201
TRACY,
CA
95376
SYSTEMS
PLU,
INC.
CHERLY GINGRAS
1370
PICCARD
DRIVE,
SUITE
270
ROCKVILLE,
MD
20850
PHONE
/
FAX
an
Asterisk)
703-821-8178
703-821-8274
301-698-2686
301-698-9894
703-941-9080
703-941-9084
410-381-2342
410-381-2344
906-228-6492
906-226-3997
703-691-2480
703-691-3467
209-836-4733
209-832-1154
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
TAM
INC.,
CHARLES
G.
DAVIS
6411
IVY
LANE,
SUITE
502
GREENBELT,
MD
20770
TECH
SYSTEMS,
INC
MARSHALL
L.
SNEIDERMAN
P 0.
BOX
50
CABIN
JOHN,
MD
20818
THE
MIL CORPORATION
LEE
ANN
'OMALLEY
OMINI
PROFESSIONAL
CENTER
4000
MITCHELLVILLE
ROAD,
SUITE
212
BOWIE,
MD
20716
TRANSTECS
CORPORATION
GODWIN
OPAPA
ENG.
MGMT
SERVICE
P.O.BOX
781912
WICHITA,
KS
67278
UHD
JOSEPH
L.
FORD
JR.,
20
WEST
GUDE
DRIVE,
ROCKVILLE,
MD
20850
USROBOTECH,
INC
SHAWNDA
E.
TAYLOR
305
N.E.
LOOP
820,
SUITE
602
HUSTON,
TX
76053
WALL
STREET
NETWORK.,
INC.
MARIE
MAZELIS
100
WALL
STREET
NEW
YORK,
NY
10005
301-530-1000
301-530-1032
301-220-0010
301-220-0082
301-469-7762
301-469-6413
301-805-8500
301-805-8505
316-651-0389
NONE
301-340-8899
301-217-0131
817-284-9866
817-284-4922
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
WILKINS
SYSTEMS,
INC.
MICHEAL.
A.
SHAFFER
7112
WILLOWS
AVE
TAKOMA
PARK,
MD
20912
WPI
INC.,
NOEL
M.
MUSSELMAN
250
HUNGERFORD DRIVE
SUITE
109
ROCKVILLE,
MD
20850
Z,INC.
JOSEPH BROSS
8630
FENTON
STREET
SUITE
510
SILVER
SPRING,
MD
20910
ZAI
AMELEX
SUZANNA
SWENSON
829
BOONE BLVD
SUITE
300
VIENNA,
VA
22182
703-827-3948
703-827-6333
301-270-4501
301-270-2256
301-294-8811
301-309-6830
301-585-3403
NONE
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.
4.
TYPE
OF
SOLICITATION
RS-IRM-97-195
[ ]
SEALED
BID
(IFB)
[XI
NEGOTIATED
(RFP)
5.
DATE
ISSUED
6. REQUISITION/PURCHASE
REQ.
NO.
IRM-97-195
7.
ISSUED
BY
CODE
8. ADDRESS OFFER TO
ATTN:
RS-IRM-97-195
(If
other
than
Item
7)
U.S.
Nuclear
Regulatory
Commission
Div.
of
Contracts
&
Prop.
Mgmt.
Contract
Management
Branch
No.
3
Mailstop
T-712
Washington,
D.C.
20555
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.
SEE
SECTION
L.
PROVISION
NO.
52.214-7
OR 52.215-10.
All
offers are
subject
to
all terms
and
conditions
contained
in
this
solicitation.
(See
the
Provision
in
Section L,
"Proposal
Presentation
and
Format.")
10.
FOR
INFORMATIONIA.
NAME:
Code)
CALL:
|B.
TELEPHONE
NO.
(Include
Area
IEdna
Knox-Davin
(NO
COLLECT
CALLS)
(301)
415-6577
Prescribed
by
GSA
FAR(48
CFR)
53.214(c)
EXCEPTION
TO
STANDARD
FORM
33
(REV.4-85)
SOLICITATION,
OFFER
AND
AWARD
11.
TABLE
OF
CONTENTS
X
SEC
DESCRIPTION
PAGE(S)
PART
I -
THE
SCHEDULE
A
SOLICITATION/CONTRACT
FORM
B
SUPPLIES
OR
SERVICES
AND
PRICES/COSTS
C
DESCRIPTION/SPECIFICATIONS/WORK
STATEMENT
D
PACKAGING
AND
MARKING
E
INSPECTION
AND
ACCEPTANCE
F
DELIVERIES
OR
PERFORMANCE
G
CONTRACT
ADMINISTRATION
DATA
H
SPECIAL
CONTRACT
REQUIREMENTS
PART
II
-
CONTRACT
CLAUSES
I
CONTRACT
CLAUSES
PART
III
-
LIST
OF
DOCUMENTS,
EXHIBITS
AND
OTHER
ATTACHMENTS
J
LIST
OF
ATTACHMENTS
PART
IV
-
REPRESENTATIONS AND
INSTRUCTIONS
K
REPRESENTATIONS,
CERTIFICATIONS
AND
OTHER
STATEMENTS
OF
OFFERORS
L
INSTRUCTIONS,
CONDITIONS,
AND
NOTICES
TO
OFFERORS
M
EVALUATION
FACTORS
FOR
AWARD
OFFER
(Must
be
fully
completed by
offeror)
NOTE:
Item
12
does
not
apply
if
the
solicitation includes
the
provision
at
52.214-16,
Minimum
Bid
Acceptance
Period.
12.
In
compliance
with
the
above,
the
undersigned
agrees,
if
this
offer
is
accepted
within
calendar
days
(60
calendar
days
unless
a
different
period
is
inserted
by
the offeror)
from the date
for
receipt
of
offers specified
above,
to
furnish
any
or
all
items
upon
which
prices
are
offered
at
the price
set
opposite
each
item,
delivered
at
the
designated
point(s),
within
the time
specified
in
the
schedule.
13.
DISCOUNT
FOR
PROMPT
PAYMENT
(See
Section
I,
Clause
No.
52.232-8)
10
CALENDAR
DAYS
20
CALENDAR
DAYS
30
CALENDAR
DAYS CALENDAR
DAYS
0 0~~~~ 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
AMENDMENT
NO.
DATE
EXCEPTION
TO
STANDARD
FORM
33
(REV.4-85)
Prescribed
by
GSA
FAR(48
CFR)
53.214(c)
Page
2
of
3
Pages
SOLICITATION,
OFFER AND AWARD
OFFER
(CONTINUED)
Page
3
of
3
Pages
15A.
NAME
AND
CODE
| |
FACILITY
|
16.
NAME
AND
TITLE
OF
PERSON
ADDRESS
AUTHORIZED
TO
SIGN OFFER
OF
(Type
or
print)
OFFEROR
15B.
TELEPHONE NO.
(Include
Area
15C.
CHECK
IF
REMITTANCE
ADDRESS
IS
Code)
t J
DIFFERENT
FROM
ABOVE
-
ENTER
SUCH
ADDRESS
IN
SCHEDULE
17.
SIGNATURE:
18.
OFFER
DATE:
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
ITEM
(4
copies
unless
otherwise
specified)
24.
ADMINISTERED
BY
CODE
25.
PAYMENT
WILL
BE
MADE
BY
CODE
(If
other
than
Item
7) U.S.
Nuclear
Regulatory
Commission
Division
of
Accounting
&
Finance
GOV/COM
Accounting
Sec.
-
T9-E2
Washington,
DC
20555
26.
NAME
OF
CONTRACTING
OFFICER
27.
UNITED
STATES
OF
AMERICA
28.AWARD
(Type
or Print) 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
SOLICITATION,
OFFER
AND AWARD
PART
I
-
THE
SCHEDULE
. . . . . . . . . . . . .
SECTION
B
B.1
B.2
B.3
SECTION
C
-
SUPPLIES OR SERVICES
AND
PRICES/COSTS
. . . . . . .
PROJECT
TITLE
.... . . . . . . . . . . . . . .
BRIEF
DESCRIPTION
OF
WORK
(MAR
1987)
. . . . . . .
CONSIDERATION
AND
OBLIGATION--COST
PLUS
FIXED
FEE
(JUN 1988)
ALTERNATE
I
(JUN
1991)
-
DESCRIPTION/SPECIFICATIONS/WORK
STATEMENT
.. . . .
5
5
5
5
6
22
22
SECTION
D -
PACKAGING
AND
MARKING
.............. .
D.1
PACKAGING
AND
MARKING
(MAR
1987)
. . . . . . . . .
SECTION
E
E.1
E.2
-
INSPECTION
AND
ACCEPTANCE
...............
52.252-2
CLAUSES INCORPORATED
BY
REFERENCE
(JUN
1988)
PLACE
OF
INSPECTION
AND
ACCEPTANCE
(MAR 1987)
.. . .
SECTION
F
-
DELIVERIES
OR
PERFORMANCE
. . . . . . . . . . . .
F.1
52.252-2
CLAUSES INCORPORATED
BY REFERENCE
(JUN
1988)
F.2
2052.212-72 FINANCIAL
STATUS
REPORT
(DEC
1995)
.
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
. . . . . . . . . . .
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)
. . . . .
ELECTRONIC
PAYMENT
G.4
LIQUIDATED
DAMAGES
.......... . . . . .
. . .29
. . .
29
*
..31
* ..
31
*
..32
SECTION
H
H.1
H.2
H.3
H.4
H.5
H.6
H.7
-
SPECIAL
CONTRACT
REQUIREMENTS
. . . . . . . .
2052.204-70
SECURITY
.... . . . . . ...
NRCAR
2052.204-71
SITE
ACCESS
BADGE
. . . .
REQUIREMENTS
(JAN
1993)
NRCAR
2052.209-73
CONTRACTOR
ORGANIZATIONAL
CONFLICTS
OF
INTEREST
(JAN
1993)
NRCAR
2052.215-70
KEY
PERSONNEL
(JAN
1993)
.
NRCAR
2052.235-72
SAFETY,
HEALTH,
AND
FIRE
.
PROTECTION
(JAN
1993)
DETERMINATION
OF
MINIMUM
WAGES
AND
FRINGE
BENEFITS
..
(NOV
1989)
GOVERNMENT FURNISHED EQUIPMENT/PROPERTY
-
NONE
PROVIDED
(JUN
1988)
i
PAGE
5
23
23
23
24
24
24
26
26
26
27
34
34
39
39
44
45
45
45
. . . .
. . . .
. . . .
TABLE
OF
CONTENTS
PAGE
H.8
DENIAL
OF
FEDERAL
BENEFITS
TO
INDIVIDUALS
. . . . . .
45
CONVICTED
OF
DRUG
TRAFFICKING
OR
POSSESSION
(SEP
1990)
PART
II
-
CONTRACT CLAUSES
. . . . . . ......... . . . . . 46
SECTION
I -
CONTRACT CLAUSES
. . . . . . ...... . . . . . 46
I.1
52.252-2
CLAUSES INCORPORATED BY REFERENCE
(JUN 1988)
46
I.2
52.217-9
OPTION
TO
EXTEND
THE
TERM
OF
THE
. . . . . .
48
CONTRACT
(MAR
1989)
I.3
52.222-2
PAYMENT
FOR
OVERTIME PREMIUMS
(JUL
1990)
.
48
I.4
52.222-42
STATEMENT
OF EQUIVALENT
RATES
FOR
. . . . .
49
FEDERAL
HIRES
(MAY
1989)
I.5
52.216-21
REQUIREMENTS
(OCT
1995)
. . . . . . . . . .
50
PART
III
-
LIST
OF
DOCUMENTS,
EXHIBITS
AND OTHER-ATTACHMENTS
.. . 52
SECTION
J
-
LIST
OF
ATTACHMENTS
.... . . . . . . . . . . . . . . 52
J.1
ATTACHMENTS
(MAR
1987)
. . . . . . . . . . . . . . . .
52
PART
IV
-
REPRESENTATIONS AND
INSTRUCTIONS
. . . . . . . . . . . .
53
SECTION
K
-
REPRESENTATIONS,
CERTIFICATIONS,
AND
.. . . . . . . .
53
OTHER
STATEMENTS
OF
OFFERORS
K.1
52.203-11
CERTIFICATION
AND DISCLOSURE
REGARDING
PAYMEN
53
TO
INFLUENCE CERTAIN FEDERAL
TRANSACTIONS
(APR
1991)
K.2
52.204-3
TAXPAYER
IDENTIFICATION
(JUN
1997)
. . . . .
54
K.3
52.204-6
CONTRACTOR
IDENTIFICATION
NUMBER--DATA
UNIVERS
55
NUMBERING
SYSTEM
(DUNS)
NUMBER
(DEC
1996)
K.4
52.209-5
CERTIFICATION
REGARDING
DEBARMENT, SUSPENSION,
56
PROPOSED
DEBARMENT,
AND
OTHER
RESPONSIBILITY
MATTERS
(MAR
1996)
K.5
52.215-6
TYPE
OF
BUSINESS
ORGANIZATION
. . . . . . .
58
(JUL
1987)
K.6
52.215-11
AUTHORIZED
NEGOTIATORS
(APR
1984)
. . . . .
58
K.7
52.219-1
SMALL
BUSINESS
PROGRAM
REPRESENTATIONS
. .
59
(JAN
1997)
K.8
52.222-21
CERTIFICATION
OF
NONSEGREGATED
FACILITIES
61
(APR
1984)
K.9
52.222-22
PREVIOUS CONTRACTS
AND
COMPLIANCE REPORTS
62
(APR
1984)
K.10
52.222-25
AFFIRMATIVE ACTION
COMPLIANCE
(APR
1984)
.
62
K.11 52.223-1
CLEAN
AIR
AND
WATER
CERTIFICATION
(APR
1984)
62
K.12
NRCAR 2052.209-70 QUALIFICATIONS
OF
CONTRACT
.... .
63
EMPLOYEES
(JA
1993)
K.13
NRCAR
2052.209-71
CURRENT/FORMER
AGENCY
.......
63
EMPLOYEE INVOLVEMENT
(JAN
1993)
K.14
NRCAR
2052.209-72
CONTRACTOR
ORGANIZATIONAL
. . . . .
64
CONFLICTS OF INTEREST
(REPRESENTATION)
(JAN
1993)
SECTION
L
-
INSTRUCTIONS, CONDITIONS,
AND
.............
65
NOTICES
TO
OFFERORS
-
~~~ii
TABLE
OF
CONTENTS
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
M.1
M.2
M.3
-
EVALUATION
FACTORS
FOR
AWARD
....... . . .
52.252-1
SOLICITATION
PROVISIONS INCORPORATED
. .
BY
REFERENCE
(JUN 1988)
NRCAR
2052.215.84 CONTRACT
AWARD
AND EVALUATION
OF
PROPOSALS
-
TECHNICAL
MERIT MORE IMPORTANT
THAN
COST
(JAN
1993)
EVALUATION CRITERIA
(MAR
1987)
. . . . . . . . . .
iii
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
65
65
67
67
68
68
68
69.
69
72
72
73
73
73
75
75
75
76
PAGE
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
performance
of
this contract
is
_
*
,
of
which
the
sum
of
*__
represents
the
estimated
reimbursable
costs,
and
of
which
_*_
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
B
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
CCSS
CM
COTR
Coverage
NDCOM
ERDS
NRC
Nudocs
OEM
Operation
OWFN
Project
Manager
Project Officer
Task
Manager
TWFN
-
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
-
Configuration Management
-
Contracting
Officer
Technical
Representative
-
The
time
the
Contractor
shall
be
onsite
covering the
data
center
-
NRC's Data
Center
Operation
Manual
-
Emergency Response
Data
System
-
U.S.
Nuclear
Regulatory Commission
-
Nuclear
Document
search
and
retrieval
application
-
Original Equipment
Manufacturer
-
The
time
the
data
center
shall
be
up
and
available
for
use
-
One
White
Flint
North
-
Contractors
on-site
project
manager
-
Government's contract
monitor
and
technical
adviser
-
Government's
technical
adviser
on
a
special application
-
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
Section
C
RS-IRM-97-195
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
Two
White
Flint
North
Rooms:
5B1,3,5,7,9,1
1,
13,15,17,19,21
40
West
Gude
Drive
Room:
130
Operation:
Daily,
24
hours
per
day
Coverage:
Every
hour
on
the
hour
Monday
through
Friday,
7:00
am
to
5:00
pm.
Operation:
Daily,
24 hours
per
day
Coverage:
Monday 6:00
am
through
Saturday
5:00
pm.
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
Section
C
RS-IRM-97-195
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
Section
C
RS-IRM-97-195
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
access-
approved
staff
is
doing
any
services
in
the
Data
Center.
The
Operator shall
remain
on-
site
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
Section
C
RS-IRM-97-195
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
Section
C
RS-IRM-97-195
-
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
Section
C
RS-IRM-97-195
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
Section
C
RS-
IRM-97-195
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
Section
C
RS-IRM-97-195
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
Section
C
RS-IRM-97-195
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
Section
C
RS-IRM-97-195
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
Section
C
RS-IRM-97-195
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
Section
D
RS-IRM-97-195
SECTION
E
-
INSPECTION
AND ACCEPTANCE
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
(48
CFR
CHAPTER
1)
CLAUSES
NUMBER TITLE
DATE
52.246-5
INSPECTION
OF
SERVICES
-
COST-REIMBURSEMENT
APR
1984
[End
of
Clause]
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
E.1
E.2
Section
E
RS-IRM-97-195
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
TITLE
DATE
52.242-15
STOP-WORK
ORDER AUG
1989
Alternate I
(APR
1984)
[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
Section
F
RS-IRM-97-195
F.2
(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
Section
F
RS-IRM-97-195
F.2
(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
52.232-
20)
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
Section
F
RS-IRM-97-195
F.5 (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
Section
F
RS-IRM-97-195
F.6
(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
Section
F
RS-IRM-97-195
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
Section
G
RS-IRM-97-195
G.1
(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
Section
G
RS-IRM-97-195
G.1 (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
(ACH)
ELECTRONIC
PAYMENT
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
Section
G
RS-IRM-97-195
G.3
(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
Section
G
RS-IRM-97-195
G.4 (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
Section
G
RS-IRM-97-195
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
Section
H
RS-IRM-97-195
H.1
(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
Section
H
RS-IRM-97-195
H.1
(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
Section
H
RS-IRM-97-195
H.1
(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
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)
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
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 Section
H
RS-IRM-97-195
H.1
(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
Section
H
RS-IRM-97-195
H.3 (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
Section
H
RS-IRM-97-195
H.3 (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
Section
H
RS-IRM-97-195
H.3
(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
Section
H
RS-IRM-97-195
H.4
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
Section
H
RS-IRM-97-195
H.5
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
H
RS-IRM-97-195
PART
II
-
CONTRACT
CLAUSES
SECTION
I
-
CONTRACT
CLAUSES
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
TITLE
DATE
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
52.219-6
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
CONTRACTS
NOTICE
OF
TOTAL
SMALL
BUSINESS
SET-ASIDE
OCT
1995
APR
1984
APR
1984
JUL
1995
JAN
1996
JUN
1997
JUN
1996
JUL
1995
AUG
1996
OCT
1995
OCT
1995
MAR
1996
JAN
1986
MAR
1996
FEB
1995
MAR
1997
MAR
1997
JUL
1996
JUL
1996
Page
46
of
76
I.1
Section
I
RS-IRM-97-195
I.1
(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
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
JUN
1997
DEC
1996
FEB
1997
AUG
APR
APR
1996
1984
1984
APR
1984
APR
1984
JAN
1988
MAY
1989
APR
1984
MAR
1997
JAN
OCT
OCT
1997
1996
1996
JUL
1995
AUG
1996
MAR
1996
JUN
APR
JAN
JUN
AUG
1996
1984
1986
1997
1996
OCT
1995
AUG
1996
APR
1984
JAN
APR
OCT
1991
1984
1995
Page
47
of
76
TITLE
DATE
Section
I
RS-IRM-97-195
1.1
(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
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
DATE
JUL
1995
AUG
1987
FEB
1997
DEC
1996
FEB
1997
MAR
1989
SEP
1996
APR
1984
JAN
1991
[End
of
Clause]
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]
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
1.2
I.3
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: IT
IS
NOT
A
WAGE
DETERMINATION.
Page
49
of
76
Section
I
RS-IRM-97-195
I.4
(Continued)
Monetary
Employee
class
Wage-Fringe
Benefits
Project
Manager
$32.00
Senior
Lead Computer
Operator
$21.25
Lead
Operators
$17.35
Computer Operator
$15.05
Tape
Librarian
$10.80
Technical Writer
$35.00
Clerical
$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
Ordering
clause.
The
Government
may
issue orders
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
Section
I
RS-IRM-97-195
1.5
(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
I
RS-IRM-97-195
PART
III
-
LIST
OF
DOCUMENTS,
EXHIBITS
AND
OTHER ATTACHMENTS
SECTION
J -
LIST
OF
ATTACHMENTS
ATTACHMENTS
(MAR
1987)
Attachment
Number
01
02
03
04
05
06
07
08
09
Title
Billing
Instructions
NRC
Contractor
Organizational
Conflicts
of
Interest
Standard
Form
1411
with
Instructions
Contractor
Spending
Plan
(CSP)
Instructions
NRC
Form
187
-
Security/Classification
Requirements
Wage
Determination-
To
be
added
to
the
resultant
contract.
Payment
Information
Form
SF
3381
-
ACH-
Vendor
Payment
System
Procedures
for
Resolving
NRC
Contractor
Differing
Professional
Views
Relevant
Experience
And
Past
Performance
Questionnaire
Page
52
of
76
J.1
Section
J
RS-IRM-97-195
PART
IV
-
REPRESENTATIONS
AND INSTRUCTIONS
SECTION K
-
REPRESENTATIONS,
CERTIFICATIONS,
AND
OTHER
STATEMENTS
OF
OFFERORS
K.1
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
Section
K
RS-IRM-97-195
K.1
(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
Section
K
RS-IRM-97-195
K.2
(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
Section
K
RS-IRM-97-195
K.3
(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
Section
K
RS-IRM-97-195
K.4
(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
Section
K
RS-IRM-97-195
K.4 (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
of the
State
of
,
I
an
individual,
[ ]
a
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
Section
K
RS-IRM-97-195
K.7
52.219-1
SMALL
BUSINESS
PROGRAM
REPRESENTATIONS
(JAN
1997)
(a) (1)
The
standard
industrial
classification
(SIC)
code
for
this
acquisition
is
7376.
(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
standard
for
a concern
which
submits
an
offer
in
its
own
name,
other
than
on
a
construction
or
service
contract,
but
which
proposes to
furnish
a
product
which
it
did not itself manufacture,
is
50
employees.
(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
Section
K
RS-IRM-97-195
K.7
(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
Section
K
RS-IRM-97-195
K.7 (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
Section
K
RS-IRM-97-195
K.8
(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,
[ ]
has
not
filed
all
required
compliance
reports;
and
(c)
Representations indicating
submission
of
required
compliance
reports,
signed
by
proposed
subcontractors,
will
be
obtained
before
subcontract
awards.
[End
of
Provision]
K.10
52.222-25
AFFIRMATIVE
ACTION
COMPLIANCE
(APR
1984)
The
offeror
represents
that
(a)
it
[ ]
has
developed
and
has
on
file,
I
has
not
developed
and
does
not
have on
file,
at
each
establishment,
affirmative
action
programs required
by
the
rules
and
regulations
of
the
Secretary
of
Labor
(41
CFR
60-1
and
60-2),
or (b)
it
[ I
has
not
previously
had
contracts
subject
to
the
written
affirmative
action
programs
requirement
of
the
rules
and
regulations
of
the
Secretary
of
Labor.
[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
Section
K
RS-IRM-97-195
K.11
(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
-
of
a
contract or
the
modification
of
an
existing
contract
/ /
does
/ /
does
not
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
representation
to
the
contracting
officer.
If
the
contracting
-
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
Section
K
RS-IRM-97-195
SECTION
L
-
INSTRUCTIONS, CONDITIONS,
AND
NOTICES TO
OFFERORS
52.252-1
SOLICITATION
PROVISIONS INCORPORATED
BY
REFERENCE
(JUN 1988)
This
solicitation
incorporates
one or
more
solicitation
provisions
by
reference,
with
the
same force and
effect
as
if
they
were
given
in
full
text.
Upon
request, the
contracting
officer
will
make
their
full
text available.
I.
FEDERAL
ACQUISITION
REGULATION
(48
CFR
CHAPTER
1)
PROVISIONS
NUMBER
TITLE
DATE
52.215-5
52.215-7
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
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
JUL
1987
APR
1984
DEC
MAR
JUN
1989
1997
1997
APR
1984
APR
1984
APR
1984
MAY
OCT
SEP
APR
1997
1995
1987
1984
FEB
1993
[End
of Provision]
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
L.1
L.2
Section
L
RS-IRM-97-195
L.2
(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
Section
L
RS-IRM-97-195
L.2
(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
Section
L
RS-IRM-97-195
L.5
52.237-1
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
Section
L
RS-IRM-97-195
L.7
(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
Section
L
RS-IRM-97-195
L.9
(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
Section
L
RS-IRM-97-195
L.9
(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
Section
L
RS-IRM-97-195
L.9
(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
up-
to-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
Section
L
RS-IRM-97-195
L.11
(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.
(See
section
F
for
any
option
periods)
[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]
Section
L
Page
74
of
76
.
RS-IRM-97-195
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
TITLE DATE
52.217-5
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
Section
M
RS-IRM-97-195
M.2 (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
Section
M

Navigation menu