ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGES
IMPORTANT: Mark all packages and papers with contract andlor order numbers. 1 2 0
1. DATE OF ORDER 2.CONTRACT NO. (If any) 6. SHIP TO:NRC-HQ-25-14-E-0005 a AEO OSGE
3. ORDER NO. 4. REQUISITIONIREFERENCE NO.
NRC-HQ-20-15-T-0007 NRR-15-0188 XIAOSONG YIN PROJECT MANAGER RTR
5. ISSUING OFFICE (Address correspondence to) b. STREETADORESSUS NRC - HQ 11555 ROCKVILLE PIKEACQUISITION MANAGEMENT DIVISION
MAIL STOP TWFN-5E03
WASHINGTON DC 20555-0001 _________________________C. CITY d. STATE e. ZiP CODE
ROCKVILLE MD 20852-2738
7. TO: I. SNIP VIA
a. NAME OF CONTRACTORENERGY RESEARCH INC 8 YEO RE
b.CMAYGAEIa. PURCHASE IKI b. DELIVERY
c. STREET ADDRESS REFERENCE YOUR:6189 EXE CUT IVE BLVD Except for billing instructions on the
________________________________________ reverse, this delivery order is subjectto instructions contained on this side
________________________________________ only of this form and is issued
Please furnish the following on the terms subject to the terms end conditionsand conditions specified on both sides of of the above-numbered contract.
d. CITY a . STATE Itf ZIP CODE this order and on the attached sheet, if any,ROCKV ILLE M D ]208523901I Iincluding delivery as indicated.
9. ACCOUNTING AND APPROPRIATION DATA 10. REOUISITIDNING OFFICE
See Schedule OFF OF NUCLEAR REACTOR REGULATION11. B&USINESS CLASSIFICATION (Check appmoprate box(es,))I 12. P.0.B. POINT
[]a. SMALL H] b. OTHER THAN SMALL H] c. DISADVANTAGED G•d. WOMEN-OWNED H] e. HUEZone
H-" t. SERVICE-DISABLED w] g. WOMEN-OWNED SMALL BUSINESS (WOSB) [VETERAN-OWNED ELIGIBLE UNDER THE WOSB PROGRAMHh.EWS
13. PLACE OF 14. GOVERNMENT B/L NO. 15.3/DELIVEFRE TO FOB POINte 15. DISCOUNT TERMS
ON. OEVR BEFORE .(OINTe)
a. INSPECTION b. ACCEPTANCE 0/421Destination Destination
17. SCHEDULE (See reverse for Rejections)
IQUANTITY UNIT QUANTITYITEM NO. SUPPLIES OR SERVICES ORDERED UNIT PRICE AMOUNT ACCEPTED
(a) (b) (c) (d) (a) (f) (B)
Project Entitled 'Technical Assistance torthe MIST Test Reactor HEU LEU ConversionPEAR Review. "Contract Number: NRC-HQ-25-14-E-0005Order Number: Task Order 9(NRC-HQ-20-15-T-0007)Continued . ..
15. SHIPPING POINT 15. GROSS SNIPPING WEIGHT 201. INVOICE NO. 17(h)TOTAL(Cont.pages)
21. MAIL INVOICE TO: I00
SEEBILING NAMEUS NUCLEAR REGULATORY COMMISSION
INs7RU~cTIONS'b. STREET ADDRESS ONE WHITE FLINT NORTHONCE VERSE (or P.O. Bus) 11555 ROCEVILLE PIKE 17(i)
GRANDMAILSTOP O3-El7A 'TOTAL
c.CIYd. SAE . zPOE$'79, 64'7.55 4ROCKVILLE MD 20852-2738
22, UNITED STATES OF 0 9 / 17 /2 0 15 23. NAME (Typed)
AMERICA BY (Signature) hL DOMONIQUE MALONEr •' C •foon. TITLE: CONTRACTING/ORDERING OFFICER
PREVlOUS EDITION NOT USABLE OPTIONAL FORM 34T (eov. 2120121Prescribed by O SA/FA 4B cFR 53.21311)
SUJNSI REVIEW coMPLETEOCT 1 32015
ORDER FOR SUPPLIES OR SERVICES PAGE NO
SCHEDULE - CONTINUATION 2IMPORTANT: Mark all packages and papers with contract and/or order numbers.DATE OF ORDER CONTRACT NO. ORDER NO.
09/17/2015 NRC-HQ-25-14-E-0005 NRC-HQ-20-15--T-0007
ITEM ND. SUPPLIESISERVICES QUANTITY UNIT UNIT 1 AMOUNT J QUANTITY
a)b)ORDERED PRICE ()ACCEPTED
Total Cost-Plus-Fixed-Fee: $79, 647.55Total Obligation:S79,647.55Period 0f Performance: September 17, 2015 -
March 14, 2017
Contracting Officers Representative: YinXiaosong, email: [email protected],
phone: 301-415-1404
Contractor POCs:Business: Tracey Mullinix, ContractAdministrator. Email: [email protected]: (301) 881-0866.Technical: Dr. Mohsen Khatib-Rahbar,President. Email: mkrl@eri-world. com.
Phone: (301) 881-0866.
ERI-Authorized Official DateAccounting Info:2015-X0200-FEEBASED-20-20D006-11-4-178-1061-25 2APeriod of Performance: 09/17/2015 to03/14/2017
TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17(H)) 1> - $0.00____
PREVIOUS EDITION NOT USABLE Ui' I IUNAL I-UtR[ ;54l IRev. 4/2w0)Pre~ybod by GSA FAR 148 CFR1 53.213[f)
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS
Bi1 PRICE/COST SCHEDULE
CLIN DESCRIPTION OF ESTIMATED COST FIXED FEE TOTAL COST PLUSSUPPLIES/SERVICES FIXED FEE
Contractor to provide0001 Technical Assistance in - -
accordance with section C:DESCRIPTION!SPECIFICATIONS!
STATEMENT OF WORK
NRCB044 CONSIDERATION AND OBLIGATION--INDEFINITE-QUANTITY CONTRACT
(a) The contract type for this task order Cost-Plus-Fixed-Fee.
(b) The to•tal cost of the services under this task order is $79,647.55, of which thesum of •epresents the estimated reimbursable costs, and of whichinr
-represents fixed fee.
(c) The amount currently obligated by the Government with respect to this task order is$79,647.55, of which the sum ofJ represents the estimated reimbursable costs, and
of which represents fixed fe
(d) The Contractor shall comply with the provisions of FAR 52.232-20 - Limitation of Cost andFAR 52.232-22 - Limitation of Funds.
(End of Clause)
Labor Categories
The Contractor shall provide the following labor categories to perform the work under this task
order:
Program ManagerSubject Matter Expert/Senior Technical Reviewer
3
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK TASK ORDER STATEMENT OFWORK (SOW) - Development of an Evaluation for the Preliminary Highly-Enriched Uranium to LowEnriched Uranium Conversion Safety Analysis Report for the National Institute of Standards andTechnology Test Reactor
1. PROJECT DESCRIPTION
The purpose of this work is to secure contractor support for the review of the 'Preliminary HEU-LEU
Conversion Safety Analysis Report' (hereafter called "the Conversion PSAR") (ADAMS Accession No.ML15028A135) submitted by the National Institute of Standards and Technology (NIST - thelicensee) for the fuel conversion from highly-enriched uranium (HEU) to low enriched uranium (LEU)
of its test reactor and to provide an evaluation documenting the review. The contractor shall
perform the review in accordance with the guidance provided in Chapter 18 of NUREG-1537,
"Guidelines for Preparing and Reviewing Applications for the Licensing of Non-Power Reactors."~
The Statement of Work (SOW) for this Task Order falls within the unrestricted part of the NRC IDIQEnterprise-Wide Contract entitled Technical Assistance in Support of Agency Environmental and
Reactor Programs, paragraph 3.2, Licensing Support.
2. BACKGROUND
The NRC has responsibility to evaluate and process requests for licensing actions from research and
test reactor (RTR) licensees. RTR licensees authorized to possess and use HEU fuel are required by10 CFR 50.64, "Limitations on the Use of Highly Enriched Uranium (H EU) in Domestic Non-Power
Reactors," to convert to LEU fuel if Federal Government funding is available for the conversion and if
LEU fuel acceptable to the NRC has been developed for their reactors. If the facility cannot comply,
it needs to obtain an exemption as defined in 10 CFR 50.2.
NIST submitted a preliminary conversion SAR in preparation for the fuel conversion. The ConversionPSAR includes a description of the reactor, expected changes to the facility caused by the fuel
conversion, and a detailed safety and accident analysis of a proposed equilibrium core with LEU fuel.
Since the specific [EU fuel to be used for the conversion is still under development, this review and
evaluation constitute the first phase of the NIST test reactor fuel conversion review. The second
phase of the NIST reactor fuel conversion will be reviewed at a later time when NIST updates theConversion PSAR with approved LEU fuel and submits to the NRC for review and approval. This
evaluation input will be used as the starting point for the second phase review.
3. OBJECTIVE
The objective of this task order is to obtain the necessary technical expertise to assist NRC staff inthe review and evaluation of the Conversion PSAR. Specifically, the contract shall provide anevaluation input documenting its review and a list of LEU fuel open items as place holder to be
further review when the specific LEU fuel is approved.
4
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
4. SCOPE OF WORK
The contractor shall review the information listed below (provided by the NRC staff):
* NIST Conversion PSAR;
* Chapter 18 of NUREG-1537, "Guidelines for Preparing and Reviewing Applications for the
Licensing of Non-Power Reactors;" and
* Other related information, as necessary.
The NRC Contracting Officer's Representative (COR) will conduct a kickoff meeting via a telephoneconference call to discuss the scope of the review. Following the kickoff meeting, the contractorshall develop a review plan detailing the schedules milestones for the review.
The contractor shall perform the review in accordance with the NRC approved review plan. Thecontract shall review and develop a draft evaluation input documenting its review and evaluationusing the guidance provided in Chapter 18 of NUREG-1537. The contractor shall performconfirmatory calculations of the licensee's approach in order to validate the accuracy of theinformation provided by NIST for the Conversion PSAR. The contractor shall provide a list of LEUfuel open items. This list shall be limited to specific LEU fuel information and shall serve as a placeholder to be reviewed when the LEU fuel is approved for the conversion.
If during the review, the contractor determines that additional information may be necessary, thecontractor shall communicate that information to the NRC COR who will obtain the necessary
information from the licensee.
Following an acceptance review by the NRC COR of the draft evaluation input, the contractor shallprovide the final evaluation input, incorporating the NRC COR comments.
Additionally, during the review, all communication to the licensee by the contractor shall be donethrough the NRC COR. Routine telephone conversations between the NRC COR and the contractor
will occur as necessary throughout the contract period.
5. SPECIFIC TASKS
The contractor shall perform the tasks as described below in accordance with the estimatedcompletion schedule specified.
5
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
Task 1: Development of Draft Evaluation Input
Requirement
Based on the requirements of 10 CFR Parts 20, 30, 40, 50 and 70 as appropriate, and the guidancecontained in Chapter 18 of NUREG-1537, the contractor shall review the Conversion PSAR anddevelop a draft evaluation document consistent with the guidance. The draft evaluation shall statethe applicable regulations or standards, discuss the licensee's method for satisfying the regulationsor standards, and provide an analysis whether the licensee's method does indeed satisfy theregulations or standards.
Task la: Development of a Review Plan
The contractor shall develop and provide a draft review plan. The contractor shall provide a
proposed staffing plan contained with the draft review plan. The draft review plan shall also includedetailed milestones, which will be obtained by thoroughly reviewing the backgrounddocumentation, and expected dates of completion for each of the milestones.
The contractor shall provide the draft review plan, within two weeks after the kickoff meeting. Thecontractor shall submit the final review plan within 5 days of receiving comments from the NRC
COR.
Task ib: Independently Verify Statements and Provide Draft Evaluation Input and Requests forAdditional Information (RAI)
The contractor shall perform the review in accordance with the NRC approved review plan. Thecontractor shall review Conversion PSAR and prepare a draft evaluation input documenting itsreview using the guidance and outlines provided in Chapter 18 of NUREG-1537.
The contractor shall perform independent confirmatory calculations of the modeling values asprovided in the Conversion PSAR. The confirmatory calculations shall include the validation of the
Conversion PSAR's neutronic and/or thermal-hydraulic analyses, including departure from nucleateboiling ratio, critical heat flux, maximum cladding fuel temperature and peak fuel temperature,maximum hypothetical accident (MHA) dose for worker and member of the public, as applicable. Ifany confirmatory calculation is performed using computer codes, the contractor shall provide copies
of the code input and output. The codes and correlations chosen for the calculations shall beacceptable to the NRC (e.g., TRACE or RELAP). The code selection rationale shall be described. Tothe extent that other confirmatory calculations may become necessary, the contractor shall bringthis to the attention of the NRC COR for his/her approval prior to beginning performance of these
other calculations.
The draft evaluation input shall be forwarded to the NRC COR. The contractor shall identify theportions of the Conversion PSAR, if any, needing further clarification to complete the review,including any [EU fuel open items. Open items shall be limited to specific [EU fuel information. Thespecific questions, in the form of RAIs, which are derived from this review, shall be forwarded withthe draft evaluation input. Only one round of RAIs is planned given the appropriate contractorpersonnel qualification and conduct of review. The contractor shall meet with the NRC COR todiscuss the draft evaluation input and RAIs, if needed. The contractor shall revise the draft
6
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
evaluation input and RAls based on NRC COR comments.
Task ic: Review RAI responses and provide revised Draft Evaluation Input incorporating licensee's
RAI responses
The contractor shall review the RAI responses to determine if the licensee's responses are
acceptable to support safety findings. The contractor shall discuss the adequacy of the RAI
responses with NRC COR. When RAI responses are satisfactory, the contractor shall revise the draft
evaluation input, incorporating RA! responses, and provide to the NRC COR within two weeks after
the discussion.
Standard
The draft and revised evaluation input shall be in accordance with the review guidance specified in
Chapter 18 of NUREG-1537, Part 2. The input shall be provided to the NRC COR as a Word file, and
shall follow the guidance in NUREG-1379, "•NRC Editorial Style Guide," Revision 2.
The draft evaluation input shall describe the contractor's evaluation of the Conversion PSAR
conformance to regulatory requirements and shall clearly identify the basis of acceptability for each
of the proposed methods and analyses.
If the contractor determines that there are areas where additional information is warranted, the
contractor shall communicate this information to the NRC COR as soon as possible. Any additional
information requested by the contractor shall include the related technical and/or regulatory bases
(e.g., 10 Code of Federal Regulations, NUREG-1537, ANSI/ANS, etc.).
The contractor shall provide the draft and revised evaluation input to the NRC COR on time, and be
technically acceptable with no spelling or grammatical errors and in the specified format.
Deliverables
Draft Review Plan- within two weeks after the kickoff meeting.
Review Plan - within 5 days of receiving comments from the NRC COR.Draft Evaluation Input - approximately six months after task order award.Revised Evaluation Input - within two weeks after discussion with NRC COR.
Task 2: Provide Final Evaluation Input and LEU Fuel Open Items
Requirement
The contract shall provide final evaluation input incorporating NRC COR's comments on the revised
draft evaluation input and [EU fuel open items.
Standard
The final evaluation input and [EU fuel open items shall be provided to the NRC COR as a Word file,and follow the guidance in NUREG-1379, "NRC Editorial Style Guide," Revision 2. The final
7
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
evaluation input and the LEU open fuel items shall be on time, and be technically acceptable with nospelling or grammatical errors and in the specified format.
Deliverable
Final Evaluation Input and LEU fuel open items -within two weeks following receipt of the NRC COR
comments.
Task 3: Related Support
Requirement
If requested by the NRC COR, the contractor shall provide up to 80 hours of related technical
support to the NRC COR following delivery of the final evaluation input. This related support may,
for example, consist of tasks such as: responding to questions on the final deliverable; attending
meetings with NRC Management to discuss the results of the review and assisting NRC COR in
resolution of outstanding issues from these meetings.
The scope of the related support activity and amount of hours to be used shall be agreed upon
between the contractor and the NRC COR before starting the activity. The NRC COR will confirm the
request, due date, and estimated LOE for the specific activity by e-mail to the contractor with a
carbon copy to the NRC Contracting Officer (CO).
Standard
The contractor shall participate in related meeting support, if requested. The contractor shall
ensure that all information/support it provides for these meetings be technically correct.
Deliverable
The contractor shall provide support for the preparation of these meetings, including support
services for any presentation preparation. All deliverable due dates shall be specified by the NRC
CO R
6. APPLICABLE DOCUMENTS AND STANDARDS
The NRC COR will provide the specific documents related the review at the commencement of the
task order. Other documents needed are publicly available on the NRC Website. ANSI/ANS
standards include the ANSI/ANS-i5 series applicable to research and test reactors, which the
contractor will have to procure on its own. The NRC COR cannot provide those, due to copyright
restrictions.
The NRC COR will provide the information in an electronic format, or if the contractor requests, it
can be provided in paper form.
8
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
7. DELIVERABLES AND DELIVERY SCHEDULE/REPORTING REQUIREMENTS
All deliverables shall be submitted to the NRC COR electronically with a copy provided to the NRCCO. These deliverables shall be prepared in Microsoft Office Word format, and in Adobe Acrobat file(pdf). The transmittal letter, at a minimum, sha'll contain the job code number (JCN), contract
number, as~well as the task order project title. Below is an example of an estimated delivery
schedule for review of Conversion PSAR. The specific dates for these deliverables will be agreedupon between the NRC COR and the contractor after task order award.
Review Plan Draft and Final Draft review plan- within two weeks of task
Review Plan order initiation.
Review Plan -within 5 days of receiving
________________________________comments from the NRC COR.
Draft Evaluation Input Draft Evaluation Six months after commencement of the
Input and RAIs review.
If any confirmatory
work is performedusing codes, the
contractor shallprovide the NRC
COR with copies ofthe-code input and
output.
Four weeks after receive of final RAIRevised Draft responses.
___________________Evaluation InputFinal Evaluation Input Final Input and [EU Two weeks after receipt of the NRC COR
and [EU fuel open items open fuel items comments.
Related Support As requested As requested.
Status Report Monthly Status l5th of each month.
__________________ Report
Monthly Letter Status Report
The contractor shall provide an electronic version of the Monthly Letter Status Report (MLSR) to theNRC CO, NRC COR, NRR Funds Certifying Official, and Office of the Chief Financial Officer (OCFO) bythe 1_5th of each month, in a format s'imilar to the sample contained in Attachment 2. The MSLRshall provide the technical and financial status of the review effort.
The technical status section of the MLSR shall contain a summary of the work performed during thereporting period, and milestones reached, or if missed, an explanation why; any problems or delaysencountered or anticipated with recommendations for resolution; and plans for the next reporting
9
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
period. The status shall include information on travel during the period to include trip start and enddates, destination, and traveler for each trip.
The financial status section of the MLSR shall include the following information: the total task orderceiling amount; funds obligated to-date; total costs incurred in the reporting period, broken downby direct and other direct costs; and total cumulative costs incurred-to date. The MLSR shall alsocontain the balance of obligated funding remaining at the end of the reporting period, and thebalance of funds required to complete the contract. Additionally, if applicable, the MLSR shalladdress the status of the Contractor Spending Plan (CSP), showing the percentage of projectcompletion and any significant changes in either projected expenditures or percentage ofcompletion. The MLSR should also identify the acquisition cost, description (model number,manufacturer) and acquisition date of any property/equipment acquired for the project during themonth with an acquisition cost more than $500.
In the event that the data in the MLSR indicates a need for additional funding beyond that alreadyobligated to the task order for that reporting period, this information may only be used as supportto 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.
License Fee Recovery Cost Status Report
The work specified in this SOW is not license fee recoverable.
Performance Requirements
The deliverables required under this effort must conform to the standards contained or referencedin this SOW. The table on performance requirements summarizes the performance requirements,deliverables, standards and method of review for this effort.
10
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
Review Plan Review Plan includes the NRC COR Items determined by the NRCand Draft contractor staffing plan with all will review COR to be missing or incorrectEvaluation important milestones. Draft the Review will be corrected by contractor.Input input is in accordance with the Plan and If not incorporated after initial
review guidance specified in Draft identification by the NRC COR,Chapter 18 of NUREG-1537, Evaluation contractor will add/correct at itsincludes all information Input, own expense.requested in the SOW withplace holders as necessary, and
incorporates all comments fromthe NRC COR.
No spelling or grammatical
errors.Final Final Evaluation Input is in NRC COR Items determined to be missingEvaluation accordance with the review will review or incorrect will be corrected byInput guidance specified in Chapter 18 the Final contractor. If not incorporated
of NUREG-1537, includes all Evaluation after initial identification by theinformation requested in the Input. NRC COR, contractor willSOW and incorporates all add/correct at its own expense.comments by the NRC COR.Technical conclusions areproperly supported.
No spelling or grammatical
errors.
8. REQUIRED LABOR CATEGORIES/ ESTIMATED LEVEL OF EFFORT
The LOE for the review of the Conversion PSAR is estimated to be 480 hours. The estimated LOE forthis task order takes into consideration the contractor's knowledge gained through previousexperience with research and test reactor (RTR) HEU to LEU conversion reviews; and familiarity withthe NRC's RTR license renewal review process. The following are the minimum qualifications of thelabor categories for this task order:
11
TASK ORDER (EWC U N TO 9) under EWC Contract NRC-HQ-25.-14-E-0005
Labor categories
Labor Category Minimum Qualification Requirement
Program Manager 1) B.S. in Engineering, Physics or similartechnical field,
or
2) Minimum 10 years research and test
reactor operating experience.
Subject Matter Expert 1) B.S. in Engineering, Physics or similartechnical field,
and
2) Minimum 8 years Technical Expertise in
thermal hydraulics analyses and dose
calculation.
Senior Technical 1) B.S. in Engineering Physics or similar
Reviewertechnical field,and
2) Minimum 5 years Technical Expertise in
thermal hydraulics analyses and dose
calculation.
9. GOVERNMENT-FURNISHED PROPERTY
No government-furnished property is expected to perform this task Order.
10. PERIOD OF PERFORMANCE
The duration of this Task Order from September 17, 2015 - March 14, 2017.
11. PLACE OF PERFORMANCE
The work will be performed at the contractor's site.
12. SPECIAL CONSIDERATIONS
TRAVEL/MEETINGS
The NRC does not anticipate that a site visit will be necessary for the contractor to complete thiswork. If the contractor believes conferences calls or other communications with the licensee arenecessary, the contractor shall make the arrangement through the NRC COR.
12
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-I-Q-25-14-E-0005
It is anticipated that for performance of work, the contractor will be required to make one trip toNRC HQ to support any related questions, or meetings that may result from the Conversion PSARreview. This support is outlined in Task 3, Related Support.
* Trip purpose and associated task: The purpose of this travel would be to answer questions
posed by NRC management, or attend a meeting related to the review.
* Frequency: One trip.
* Destination: NRC HQ office complex.
* Number of Staff: Up to three (3) contractor's staff
* Number of Days: Up to three (3) days.All travel requires prior written approval from the NRC COR.
$9000 is estimated for this travel.
SECURITY
No classified information is needed in the performance of this contract. Some materials provided
may be sensitive and the contractor shall have the necessary provisions to secure the information
consistent with the NRC guidance for storage and use of Official Use Only, Proprietary, or Pre-
decisional information.
Documents containing proprietary information and must be safeguarded against unauthorized
disclosure. After completion of work, the documents shall either be destroyed or returned to NRC.If they are destroyed, please confirm this in an email to the NRC COR with a copy to the CO and
include the date and manner in which the documents were destroyed.
KEY PERSONNEL
The contractor shall provide key personnel who have knowledge and/or practical experience with
RTR technology and fuel conversion analyses. The contractor key personnel shall have knowledgeand experience in areas such as health physics, core physics, thermal-hydraulics and nuclearengineering that is sufficient to assess the applicability of the guidance in Chapter 18 of NUREG-
1537 when reviewing the Conversion PSAR and preparing the evaluation input. Also, key personnel
shall have technical expertise in the area of radiation dose calculations to perform confirmatory
calculations using the licensee's assumptions for the operational doses and the MHA dose
calculations as described in NUREG-1537.
The contractor shall provide a Program Manager to oversee the efforts of the contractor team andto ensure the timely submittal of quality deliverables such that all information is accurate and
complete.
13
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
Monthly Letter Status Report
The contractor shall provide an electronic version of the Monthly Letter Status Report(MLSR1) to the NRC CO, NRC COR, NRR Funds Certifying Official and Office of the ChiefFinancial Officer (OCFO) by the 15th of each month, in a format similar to the samplecontained in Attachment 2. The report shall provide the technical and financial status of theeffort.
The technical status section of the MLSR shall contain a summary of the .work performedduring the reporting period, and milestones reached, or if missed, an explanation why; anyproblems or delays encountered or anticipated with recommendations for resolution; andplans for the next reporting period.
The financial status section of the MLSR shall include the following information: the totaltask order ceiling amount; funds obligated to-date; total costs incurred in the reportingperiod, broken down by direct and other direct costs; and total cumulative costs incurred-todate. The MLSR shall also contain the balance of obligated funding remaining at the end ofthe reporting period, and the balance of funds required to complete the task order.Additionally, if applicable, the MLSR shall address the status of the Contractor SpendingPlan (CSP), showing the percentage of project completion and any significant changes ineither projected expenditures or percentage of completion. The MLSR should also identifythe acquisition cost, description (model number, manufacturer) and acquisition date of anyproperty/equipment acquired for the project during the month with an acquisition cost
more than $500.
In the event that the data in the MLSR indicates a need for additional funding beyond thatalready obligated to the task order for that reporting period, this information may only beused as support to the official request for funding required in accordance with theLimitation of Cost (LOC) Clause (FAR 52.232-20) or the Limitation of Funds (LOF) Clause FAR
52.232-22.
License Fee Recovery Cost Status Report
The work specified in this SOW is not license fee recoverable.
13. GOVERNMENT-FURNISHED PROPERTY
No government-furnished property is expected to perform this task order.
14. PLACE OF PERFORMANCE
The work will be performed at the contractor's site.
14
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
15. SPECIAL CONSIDERATIONS
TRAVEL/MEETINGS
The contractor may need to make one trip to the NRC H~to support any related questions
or meetings that may result from the review.
Trip purlpose and associated task: The purpose of this travel would be to answer questions
posed by NRC management, or attend a meeting.
Frequency: One trip.Destination: NRC HQ. Rockville, MD, Number of Staff: one (1) senior key staff member
Number of Days: Up to three (3) days.
Contractor will be authorized travel expenses consistent with the substantive provisions of
the Federal Travel Regulation (FTR) and the limitation of funds specified in this
contract/order. All travel requires written Government approval from the NRC COR,.
SECURITY
No classified information is needed in the performance of this contract. Some materials
provided may be sensitive and the contractor shall have the necessary provisions to secure
the information consistent with the NRC guidance for storage and use of Official Use Only,
Proprietary, or Pre-decisional information.
The contractor shall safeguard documents containing proprietary information against
unauthorized disclosure. After completion of work, the contractor shall either destroy the
documents or return them to the NRC COR,. If they are destroyed, please confirm this in an
e-mail to the NRC COR with a copy to the NRC CO and include the date and manner in which
the documents were destroyed.
16. GOVERNMENT-FURNISHED PROPERTY
No government-furnished property will be provided for this task order.
17. PLACE OF PERFORMANCE
The work shall be performed at the contractor's site.
18. OTHER APPLICABLE INFORMATION
The work under this task order is not license fee recoverable.
SECTION D - PACKING AND MARKING
15
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-H-Q-25-14-E-0005
See Base Contract
SECTION E - INPSECTION AND ACCEPTANCE
See Base Contract
SECTION F - DELIVERABLES AND PERFORMANCE
NRCFO3OA PERIOD OF PERFORMANCE ALTERNATE IThis order shall commence on September 17, 2015 - March 14, 2017.(See FAR 52.216-18 - Ordering).(End of Clause)
Deliverables and Schedule
The deliverables required under this effort must conform to the standards contained orreferenced in this SOW. The deliverables shall be submitted electronically to theContracting Officer Representative. The table on performance requirements summarizesthe deliverables schedule for this effort.
Review Plan Draft and Final Draft review plan- within two weeks ofReview Plan task order initiation.
Review Plan - within 5 days of receiving______________comments from the NRC COR.
Draft Evaluation Input Draft Evaluation Six months after commencement of theInput and RAIs review.
If any confirmatorywork is performedusing codes, thecontractor shallprovide the NRCCOR with copiesof the code inputand output.
Four weeks after receive of final RAIRevised Draft responses.Evaluation Input
Final Evaluation Input Final Input and Two weeks after receipt of the NRC CORand LEU fuel open LEU open fuel comments.items items.Related Support As requested As requested.
16
TASK ORDER (EWC U N TO 9) under EWC Contract NRC-HQ-25-14-E-0005
Status Report Monthly Status 1 5 th of each month.Report
SECTION G - CONTRACT ADMINISTRATION DATA
See the base contract for Contract Administration Data.
SECTION H - SPECIAL CONTRACT REQUIREMENTS
2052.215-71 CONTRACTING OFFICER REPRESENTATIVES
(a) The contracting officer's authorized representative hereinafter referred to as the project
officer for this contract is:
Name:Address:
Telephone Number:
Emaih:
Xiaosong YinUS NRCN RR/RTR LICENSING BRANCHWashington DC 20555
The alternate contracting officer's representative is:Name: Patrick BoyleAddress: US NRC
NRR/RTR LICENSING BRANCH
Washington DC 20555Telephone Number: 301-415-3936
Email: Patrick.boyle(~nrc..qov
(b) Performance of the work under this contract is subject to the technical direction of the NRCproject 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 ortasks, authorizes travel which was unanticipated in the Schedule (i.e., travel not contemplatedin the Statement of Work or changes to specific travel identified in the Statement of Work), fillsin 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.
17
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
(3) Review and, where required by the contract, approve technical reports, 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. Theproject 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 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 confirmedby the project officer in writing within ten (10) working dlays after verbal issuance. A copy ofthe written direction must be furnished to the contracting officer. A copy of NRC Form 445,Request'for Approval of Official Foreign Travel, which has received final approval from the NRC
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 projectofficer'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 iswithin one of the categories 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 thereceipt of any instruction or direction and shall request that contracting officer to modify thecontract accordingly. Upon receiving the notification from the contractor, the contractingofficer 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 anddoes not constitute a change under the "Changes" clause.
(g) Any unauthorized commitment or direction issued by the project officer may result in anunnecessary delay in the contractor's performance and may even result in the contractorexpending 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
18
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
contract action to be taken with respect to the instruction or direction is subject to 52.233-1 -Disputes.
(i) In addition to providing technical direction as defined in paragraph (b) of the section, theproject officer shall:
(1) Monitor the contractor's technical progress, including surveillance and assessment of
performance, and recommend to the contracting officer changes in requirements.
(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 forsupplies and services required under this contract.
(End of Clause)
2052.215-70 KEY PERSONNEL. (JAN 1993)
(a) The following individual are considered to be essential to the successful performance of the
work hereunder:
NAME LABOR CATEGORY/POSITION
M. Khatib-Rahbar Project Manager/STR
*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 tobecome, unavailable for work under this contract for a continuous period exceeding 30 workdays, or is expected to devote substantially less effort to the work than indicated in theproposal or initially anticipated, the contractor shall immediately notify the contracting officerand shall, subject to the concurrence of the contracting officer, promptly replace the personnelwith personnel of at least substantially equal ability and qualifications.
(c) Each request for approval of substitutions must be in writing and contain a detailedexplanation of the circumstances necessitating the proposed substitutions. The request mustalso contain a complete resume for the proposed substitute and other information requestedor needed by the contracting officer to evaluate the proposed substitution. The contractingofficer and the project officer shall evaluate the contractor's request and the contracting officershall promptly notify the contractor of his or her decision in writing.
(d) If the contracting officer determines that suitable and timely replacement of key personnel
19
TASK ORDER (EWC UN TO 9) under EWC Contract NRC-HQ-25-14-E-0005
who have been reassigned, terminated, or have otherwise become unavailable for the contractwork is not reasonably forthcoming, or that the resultant reduction of productive effort wouldbe so substantial as to impair the successful completion of the contract or the service order, thecontract may be terminated by the contracting officer for default or for the convenience of theGovernment, as appropriate. If the contracting officer finds the contractor at fault for thecondition, the contract price or fixed fee may be equitably adjusted downward to compensatethe Government for any resultant delay, loss, or damage.
(End of Clause)
SECTION I - CONTRACT CLAUSESee the base contract for the clauses applicable to this task order.
SECTION J - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS
Attachments:1. Monthly Letter Status Report Template
20