amendment of solicitation/modification of ...ma i stop: twfi-01-bio310 washington, dc' 20555...

20
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I IP NO I1OIPC 0CD AO 20 2 AMIENDMCNTIMODFI•rIO,-ON NO, 3, EFFECTIVE DATE 4, REOtISITfONIPURCHASE RFRONO 5 PROJECT NO.1f a00a"IS) 0004 Seo look 1.5¢ NRR-12-1,60 a tSSUEDE¥ 7ADDI REYI' IlI~rIAlE. CODE 13100 U,S. N, clear Re4,latonk Commiriuton -ion iNolear RequlaItory Commission Div. of cotrcy-cts Div. of CIZCCACGs Attn: Jeffrey R. Mitchell; 30I-492-3639 Mail Stop: 'wB-01-B10M Ma I Stop: TWFI-01-BIO310 Washington, DC' 20555 Wahin.IonDC 1-20555 0, NAME AND kDDRESS OF CONTRACTOR INC Se,.. 'oArdy, StAle 9Id ZIP Cod',) (X) !9A AMENDMENT OF SOLICITATION NO. BSTy 'PE~CI-iOLoCGISs INC. 9&. NATED (SEE- TA1M I I) 18303 Rj:SEA.RCH BLVD $TF. 615 EITA. WOOIF'gCATION OP CONTRACTIOROER NO, P.OCI•VtLta MID 2085061.08 _____________ _______ 1013. DATE,( ))IEE TA.M 13) CODE 140697405i ____ Acury Gc 10X 2.9 -2011. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS ______________ D_ The ab~ove numbered solicitation Is amended ais Set forth in Itemn 14, The hour and date specified for receipt of Offers EijIs extendedE Dis not extended. Offes must acknowledge receipt of this amendment prior to the hour and date Specified in the soticitation or as amended, by one of th fotloying methods: (a) By completing Items 8 and 15, and returning, ______ copies of the amendment: (b) By ackcnowledging receipt of thio amendment on each copy of the offer submitted: or (c) By separ-ate letter or telegram) which includes a reference to the solicitation and amendment numbers, FAILURE OF YOUR AC- KNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by teltagram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour '2,ACCOUNTINC AND APRAOPR1IATION DATA ~ ~ N 'COO3jO~ NArfC$56,141 U0 OIJNS_ 14069')1405 CC )9 ______________ 13, THIS ITE-MAPPLIE"S ONLY TO MODIFICATIONS OF CONTR.ACTSiORDERS, IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14. (v)0 .TIlECACENE Su0'irATO ip y.Ioy N N TICAGS $F ST FORT.IJN ITEM IAAEMOI U OINlORER NO, IN ITEM IEA a THE Ae0VE NUMESIýEO CONTRACTIORCIER IS MODIFIFD TO PEFLIETr THE ADMINISTRATIVE CHANGES j.4-, 95 IA1Ar13E it PffySV ofroa, spAA4ilaw.A, dae.tn.) ISET FORTH IN ITEM '14, PURJSUANT TOTlS AUTHORITY OF FAR 423. IES3(bi. IC THIS 9U0FLEMENIAL AGREEMENT IN1 FN'TERECD INTO PURSUANT TO AUTHOWf'YOF; 0, OTHER (Socify typo "ltiaEan Al A tBillateael CVutOe_ Agre~ientn Of hEl, TPorticeS E. IMPORTANT: Contractor is not, [J Is rquied to sign this document and retur copies to the issuing office. DESCRIPTIONJ OF A AGENTMMNI1MODiICATION 101O.aNied by Ocf y1c15m IS' )OW04 itaOiod AAIA (046bisAE.. . ..... REFE' 10 TO MACH{SE PAGE: TIWO IFOR A 25SCRIPTION OF MODIFICAT1Oif NO. FOUR, .. 'Potal. Ceillng Amount: ,co calI Obl-iqstod Amnount 2 Period oL .Perfora~nace;2 S61.7,402.16 lCIhs.nqadl $200,209.00 111 ncanedl 9/30/2011 - 9/29!201.5 ohaOd SX.CAFA tt* pse. ý~.o'.AM ~ N Ic~elh A. 0 ION . I IA, CIN3.A 11811) WirA )')Ii 11.1 0e.rd ANAoC 15A NAME AND 1'r)%E OF SIGNER fEyp. oI, pr 16A NAME AND TTfLEOF CO.NINAC(IN13 OFFICER TVye or r.t) 'Jeffrey PR mitchfeli Cont:rae.*In1 ri 4-fice; Benjamin L7 1arrni~s,Presidenr and CBo IA SG 0.O1152-A07 le to~t~5Drii~r A - 15C2 fw':lfClNED jes un54 ,ztI' I6C. DATE SIGNED PREVIOUS FA2STION NOT USABLE TEMPLATE - AflM0oi WNIfAV t I S'TANDAR0 'lOAM Y 16 ý f),8211 Pmuba y EISA .IAR 148 OrAl t6 213

Upload: others

Post on 28-Jan-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

  • AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I IP NO I1OIPC 0CD AO 202 AMIENDMCNTIMODFI•rIO,-ON NO, 3, EFFECTIVE DATE 4, REOtISITfONIPURCHASE RFRO NO 5 PROJECT NO.1f a00a"IS)

    0004 Seo look 1.5¢ NRR-12-1,60

    a tSSUEDE¥ 7ADDI REYI' IlI~rIAlE. CODE 13100

    U,S. N, clear Re4,latonk Commiriuton -ion iNolear RequlaItory CommissionDiv. of cotrcy-cts Div. of CIZCCACGsAttn: Jeffrey R. Mitchell; 30I-492-3639 Mail Stop: 'wB-01-B10MMa I Stop: TWFI-01-BIO310Washington, DC' 20555 Wahin.IonDC 1-20555

    0, NAME AND kDDRESS OF CONTRACTOR INC Se,.. 'oArdy, StAle 9Id ZIP Cod',) (X) !9A AMENDMENT OF SOLICITATION NO.

    BSTy 'PE~CI-iOLoCGISs INC.9&. NATED (SEE- TA1M I I)

    18303 Rj:SEA.RCH BLVD $TF. 615 EITA. WOOIF'gCATION OP CONTRACTIOROER NO,

    P.OCI•VtLta MID 2085061.08_____________ _______ 1013. DATE,( ))IEE TA.M 13)

    CODE 140697405i ____ Acury Gc 10X 2.9 -2011.

    11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS ______________

    D_ The ab~ove numbered solicitation Is amended ais Set forth in Itemn 14, The hour and date specified for receipt of Offers EijIs extendedE Dis not extended.Offes must acknowledge receipt of this amendment prior to the hour and date Specified in the soticitation or as amended, by one of th fotloying methods:(a) By completing Items 8 and 15, and returning, ______ copies of the amendment: (b) By ackcnowledging receipt of thio amendment on each copy of theoffer submitted: or (c) By separ-ate letter or telegram) which includes a reference to the solicitation and amendment numbers, FAILURE OF YOUR AC-KNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAYRESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be madeby teltagram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour

    '2,ACCOUNTINC AND APRAOPR1IATION DATA ~ ~ N 'COO3jO~NArfC$56,141 U0 OIJNS_ 14069')1405 CC )9 ______________

    13, THIS ITE-MAPPLIE"S ONLY TO MODIFICATIONS OF CONTR.ACTSiORDERS,IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.

    (v)0 .TIlECACENE Su0'irATO ip y.Ioy N N TICAGS $F ST FORT.IJN ITEM IAAEMOI U OINlORER NO, IN ITEM IEA

    a THE Ae0VE NUMESIýEO CONTRACTIORCIER IS MODIFIFD TO PEFLIETr THE ADMINISTRATIVE CHANGES j.4-, 95 IA1Ar13E it PffySV ofroa, spAA4ilaw.A, dae.tn.)ISET FORTH IN ITEM '14, PURJSUANT TOTlS AUTHORITY OF FAR 423. IES3(bi.IC THIS 9U0FLEMENIAL AGREEMENT IN1 FN'TERECD INTO PURSUANT TO AUTHOWf'Y OF;

    0, OTHER (Socify typo "ltiaEan Al A

    tBillateaelCVutOe_ Agre~ientn Of hEl, TPorticeS

    E. IMPORTANT: Contractor is not, [J Is rquied to sign this document and retur copies to the issuing office.DESCRIPTIONJ OF A AGENTMMNI1MODiICATION 101O.aNied by Ocf y1c15m IS' )OW04 itaOiod AAIA (046bisAE.. .

    ..... REFE' 10 TO MACH{SE PAGE: TIWO IFOR A 25SCRIPTION OF MODIFICAT1Oif NO. FOUR, ..

    'Potal. Ceillng Amount:,co calI Obl-iqstod Amnount 2Period oL .Perfora~nace;2

    S61.7,402.16 lCIhs.nqadl$200,209.00 111 ncanedl9/30/2011 - 9/29!201.5 ohaOd

    SX.CAFA tt* pse. ý~.o'.AM ~ N Ic~elh A. 0 ION .I IA, CIN3.A 11811) WirA )')Ii 11.1 0e.rd ANAoC15A NAME AND 1'r)%E OF SIGNER fEyp. oI, pr 16A NAME AND TTfLE OF CO.NINAC(IN13 OFFICER TVye or r.t)

    'Jeffrey PR mitchfeliCont:rae.*In1 ri 4-fice;Benjamin L7 1arrni~s,Presidenr and CBo

    IA SG 0.O1152-A07

    le to~t~5Drii~r A - 15C2 fw':lfClNED jes un54 ,ztI' cýI6C. DATE SIGNED

    PREVIOUS FA2STION NOT USABLE

    TEMPLATE - AflM0oi

    WNIfAVt I S'TANDAR0 'lOAM Y 16 ý f),8211Pmuba y EISA .IAR 148 OrAl t6 213

  • 'he purpose of this modification is to (1) add two within scope tasks (Scoping Summary Reports & AgingAanagement Program Audit Reports) to the statement of work under Section 4.0 entitled "Specific Tasks", (2) as aesult of the within scope addition, increase the contract ceiling by $47,526.28 from $569,875.88 to $617,402.16, (3)evise the statement of work and price schedule to adjust for the new within scope tasks and (4) revise the price,chedule to allow for invoicing/payment on draft and final deliverables. Accordingly the contract is modified as follows:

    Zefer to Section B. 2 entitled "CONSIDERATION AND OBLIGATION -INDEFINITE-QUANTITY CONTRACT (AUG!011), paragraph (a) is deleted in its entirety and replaced with the following:

    (a) The estimated total quantity of this contract for the products/services under this contract is $617,402.16"

    Wefer to Section B.3 entitled "PRICE SCHEDULE", is hereby deleted in its entirety and replaced with theollowing:

    ,1.3 PRICE SCHEDULE

    YEAR 1: SEPTEMBER 30, 2011 -SEPTEMBER, 29, 2012:IXED PRICESCHEDULE- DELIVERY ORDER LINE ITEMS'-Note:- The NRC, Projec Officer may issue Delivyy- Orders for these CLINS"LIN_ DESCRIPTION t___ QTY. IUNIT PRICE I UNIT 1.EST.

    )001 TASK 1: POSTAWARD LOTMEETING

    )002 TASK 2: DRAFTSUPPLEMENTALENVIRONMENTAL IMPACTSTATEMENT _

    1002a Deliverable Task 2: Draft _ IEACH)002b Deliverable Task 2: Final -- 'REACH)003 TASK 3: SAFETY EVALUATION

    REPORT WITH OPEN ITEMSL .........)003a Deliverable Task 3: Draft .... jEACH)003b Deliverable Task 3: Final __ EACH _)004 TASK 4: FINAL

    SUPPLEMENTALENVIRONMENTAL IMPACT

    . STATEMENT _FSEIS_ ..)004a Deliverable Task 4: Draft 'EACH)004b Deliverable Task 4: Final EACHj)005 TASK 5: FINAL SAFETY

    EVALUATION REPORT _ -)005a Deliverable Task 5: Draft L_ EACH)005b Deliverable Task 5: Final EACH)006 TASK 9: MONTHLY STATUS

    REPORT AND LICENSE FEE EACHRECOVERY COST REPORT ........

    TOTAL,

    LI_ _ ESTIMATED DELIVERY ORDER SUBTOTAL $134,707.96

    .ABOR HOUR. SCHEDULE- TASK. ORDER LINE ITEMS,Note: Only the NRC Contracting Officer mayissue Task Order for th•ese !CLINS)_

    ~LN DESCRIPTION. ____ EST QTY. I UNIT PRICE J1 UNIT EST. TOTAL)007 j TASK 6*: RELATED SUPPORT (*Per this Mod Task 6 is being changed to Task 8, all

    . requirements remain the same. The effective period does not change within this ear

  • ,007a I PROJECT MANAGER ._ . HOUR_[_......i007b TECHNICAL EDITOR - HOUR

    007DOCUMENT SPECIALIST HOURR i

    ESTIMATED TASK ORDER SUBTOTAL I $10,27328

    YEAR 2: SEPTEMBER 30,2012 -,SEPTEMBER. 29, 2013'IXED PRICE SCHEDULE,- DELIVERY ORDER LINE ITEMS,Note: The NRC Project Officer may issue Delivery Orders for these CLiNS)'LIN1008

    )008a

    1008b1009

    DESCRIPTION,.TASK 2: DRAFTSUPPLEMENTALENVIRONMENTAL IMPACTSTATEMENTDeliverable Task 2: DraftDeliverable Task 2: FinalTASK 3: SAFETY EVALUATIONREPORT WITH OPEN :TEMS

    i EST QTY. ý"UNIT'. PRICE., UNIT'

    T EACHEACH

    EACH

    EST. TOTAL

    1009a Deliverable Task 3: DraftFinal1009b Deliverable Task 3:

    1010 TASK 4: FINALSUPPLEMENTALENVIRONMENTAL IMPACTSTATEMENT (FSEIS)

    __________________ _____________ 4010a Deliverable Task 4: Draft01Ob Deliverable Task 4: Final011 TASK 5: FINAL SAFETY

    EVALUATION REPORT

    EACHEACH

    )011a Deliverable Task 5: Draft101lb Deliverable Task 5: Final)012 TASK 6: SCOPING SUMMARY

    ,REPORT

    EACH1EACH

    )012a)012b

    Deliverable Task 6: DraftDeliverable Task 6: Final

    EACHEACH

    1013 TASK 7: AGINGMANAGEMENT PROGRAM

    _ AUDIT REPORTS)013a.I Deliverable Task 7: Draft I)013b I Deliverable Task 7: Final-,0014 TASK 9: MONTHLY STATUS

    REPORT AND LICENSE FEE_ RECOVERY COST REPORT

    iEACHEACH

    i EACH

    ESTIMATED DELIVERY ORDER SUBTOTAL $157,890.00.ABOR•HOUcR SCHEDULE TASK ORDER LINE ITEMSNote;: .nly thee NRC Con tractirngOfficer may:issue -Task Order's .for these CLINS _,I DESCRIPTION. : T Qsty.'ý UNIt PRioE I" 'NTI EST' TOTAL)015 j TASK 8: RELATED SUPPORT)015aJIPROJECT MANAGER HJOUR

  • )015b I TECHNICAL EDITOR HOUR

    )01 5c DOCUMENT SPECAIAIST HOUR

    ESTIMATED TASK ORDER SUBTOTAL

    YEAR 3: SEPTEMBER 30, 201 SEPTEMBER29,. 2014IXED PRICE SCHEDULE - DELIVERY ORDER LINE ITEMSNote: The`NRC Project Officer may issue Ddliveryý,Qrders~for these CLINS)LiN DESCRIPTION I ESTQ0TY. UNIT PRICE, I uNit- EST. TOTAL

    16 TASK 2: DRAFTSUPPLEMENTALENVIRONMENTAL IMPACTSTATEMENTDeliverable Task 2: Dra)016a ft

    )016b Deliverable Task 2: Final0017 TASK 3: SAFETY

    EVALUATION REPORT WITHOPEN ITEMS

    )01 7a Deliverable Task 3: Draft

    EACHIEACH

    EACH"ACH)017b Deliverable Task 3: Final0018

    )0i1 8a

    TASK 4: FINALSUPPLEMENTALENVIRONMENTAL IMPACTSTATEMENT (FSEIS) .Deliverable Task 4: Draft

    )018b Deliverable Task 4: Final0019 TASK 5: FINAL SAFETY

    EVALUATION REPORT

    EACHEACH{

    EACH

    E vEACHI

    I

    )019a Deliverable Task -'- Draft)019b Deliverable Task 5: Final)020 TASK 6: SCOPING SUMMARY

    REPORT)020a1 Deliverable Task 6: Draft 'I)020b Deliverable Task 6: Final EACH)021 TASK 7: AGING

    MANAGEMENT PROGRAMAUDIT REPORTS . ..... .....

    )021a Deliverable Task 7: Draft EACH ___)021 b Deliverable Task 7: Final LjEACH_____ _____~*~~~0022 TASK 9: MONTHLY STATUS

    REPORT AND LICENSE FEE EACHRECOVERY COST REPORT

    ESTIMATED DELIVERY ORDER SUBTOTAL $154.ABOR HOUR SCHEDULE - TASK ORDER LINE ITEMSNote: Only the NRC Contracting Officer rmayjissue Task Orders for these CLINS).

    -LIN DESCRIPTION- EST QTY.. UNIT PRICE! UNIT JEST, TOTAL- TASK 8: RELATED SUPPORT

    )023__ a _ PRJECT MAAER____)023a iPROJECT MANAGER f i T ~HOUR -- ___I

  • )023b TECHNICAL EDITOR

    )023c DOCUMENT SPECIA EISTIAETSOD HOURESTIMATED TASK ORDER SUBTOTAL $4,630O

    ___ YEAR 4: SEPTEMBER 30, 20144- SEPTEMBER 29, 2015:IXED PRICE SCHEDULE - DELIVERY ORDER LINE.ITEM.SNote: The NRC Project Officer may issue. Delivery Orders for these CLINS)

    ,LIN DESCRIPTION0024

    F624a

    TASK 2: DRAFTSUPPLEMENTALENVIRONMENTALSTATEMENTDeliverable Task 2:

    jESTQTY.

    IMPACT

    UNIT PRICE'] UNIT EST. TOTAL

    m024b I Deliverable Task 2:0025 TASK 3: SAFETY EVAI

    )025aREPORT WITH OPENDeliverable Task 3:

    )025b Deliverable Task 3:0026 TASK 4: FINAL

    SUPPLEMENTALENVIRONMENTAL IMPSTATEMENT FSEIS)

    Draft E A, EACHFinal ___ ACHLUATION F

    ITEMSDraft EACH_

    Final , ACH

    •ACT

    Draft [ EACHFinal EACHF- __ _____r i-- ----- -Draft EACHFinal ..... ... EACH -!....

    E FEE ___ EACH _PORT

    ESTIMATED DELIVERY ORDER SUBTOTAL $141,836.96

    )026a Deliverable Task 4:)026b Deliverable Task 4:0027 1 TASK 5: FINAL SAFET

    -EVALUATION REPOR)027a Deliverable Task 57)027b Deliverable Task 5:0028 TASK 9: MONTHLY ST

    REPORT AND LICENSRECOVERY COST REI

    .ABOR.HOUR .SCHEDULE -TASK ORDER LINE ITEMS.,.Note! -OhlyA tej NRC: Contractingý Officer may,!ssue. Task Orders, for theose C LI NS

    'LIN I-DESCRIPTION" ' " . ESýT-.. UN!ITN PRICE I UNIT EST. TOTALTASK 8: RELATED SUPPORT

    )02 9 _____ _ __)029a PROJECT MANAGER I __- iOUR)029b TECHNICAL EDITOR HUI -I _ IHR

    0.-ý_.....DUMENT SPECIALIST . . HOUR _ -

    ESTIMATED TASK ORDER SUBTOTAL. $4,769

  • ..... .SEPTEMBER30,2011 -SEPTEMBER29, 2015

    OOST REIMBURSABLE TRAVEL

    LIN DESCRIPTION I EST. TOTAL0030 Travel (Cost Reimbursable)

    NO PAYMENT WILL BE MADE WITHOUT BACKUPDOCUMENTATION/RECEIPTS. The government will pay up to therates specified in the Government Federal Travel Regulations (FTR)for travel destination.*All travel must be approv=-dr in advance by the NRC Projec Officer.*

    0031 Other Direct Costs (G&A of Travel)

    "RAVEL SUBTOTAL - $4,480

    iTAL ESTIMATED COST CLIN 0001 THROUGH 0031 --- $617,402.16"

    ,efer to Section B.4 entitled "DELIVERABLE AND REPORTING REQUIREMENTS" and Section B.5 entitled'STATEMENT OF WORK" are hereby deleted in their entirety and replaced with the following:

    ;B.4 DELIVERABLE AND REPORTING REQUIREMENTS

    3A.4.1 The contractor shall provide the deliverables listed below in two electronic formats (Microsoft ® Office Word!0C7 or NRC designated word processing software and PDF file using Adobe Acrobat Professional 9.0 or NRCiesignated PDF) and a hard copy printed from the PDF file to the CO, TM and PO.

    3.4.2 The NRC will provide a printed or electronic representation of how the deliverable should appear. Theieliverable will include at minimum a word processing source file, an electronic "print" file in Portable Document:ormat (PDF), and a printed camera-ready document from the PDF file. The contractor shall be responsible for-tructuring the deliverable to follow Federal and agency standards for publications. The current agency word)rocessing standard is Microsoft ® Office Word 2007. The contractor shall use the latest agency-designated version)f this agency standard. The source and PDF files shall be automated structured, and reusable (i.e., appliesemplates, contain automatic bookmarks, have 'live" Web links). The contractor shal! consider long-term use andevision when establishing styles. This will be evidenced by styles that are constructed for ease of use and that applyiutomated functions. The contractor shall provide a style sheet itemizing the specifications for each style or tagipplied in the word processing program. For example, the style sheet will note the name of the style, formattingletails, and the specific functions of and use for each style. The contractor shall include corrections to meet qualityýtandards as a part of this deliverable.

    3.4.3 The contractor shall ensure the deliverables are in NRC-approved version of Microsoft ® Office Word 2007 andhe file shall use the following:

    1. Styles2. Automated formatting (no manually tabbed columns)3. Linked bookmarks or anchors for the table of contents or other document guides that jump to specific sections

    of the text4. Headers and other structural markup5. Document-specific abbreviation list (i.e., DSEIS, FSEIS, SER with Open items, Final SER)6. Document-specific specific index (i.e. DSEIS, FSEIS)7. List and link figures, equations, tables, etc.8. Formatted tables with simple columns (do not nest tables, mark column headers if possible)

  • 9. Embedded fonts and objects

    34.4 The contractor shall provide deliverables that are accessible, archival-quality, print-ready, Web-enabled PDFmd DOC source files that meet Federal and agency requirements for publications. The print and electronic copies;hall match (print the paper copy from the PDF, which is generated from the Microsoft ® Office Word 2007 file).

    3.4.5 Electronic files shall be the following:1. Accessible: comply with Section 508 of the Rehabilitation Act; accessible to screen readers; high contrast in

    black and white if any color is used; any information conveyed with color is conveyed equally well when color isnot available.

    2. Archival: generate PDF using Adobe Acrobat Professional 9.0 with NRC downloaded NRC distiller andpreflight profiles or NRC designated PDF generator and PDF/A format, an international standard for archivalPDFs; embed fonts; update/delete metadata (h www, nrc.pov/site-helt/electronic-sub-ref-rmat.html),

    3. Print-ready: minimum 600 dpi (1,200 dpi recommended) for high-quality, professional printing; include printdisclaimers for any scanned or pixelated images; the PDF shall be an entire document, including cover, insidecover, title page, NRC Form 335, etc. (seeNUREG-1757).

    4. Web-enabled (electronic): bookmarks for navigation (generated by Microsoft ® Office Word 2007, or current.NRC designated word processing software, as directed by the TM, with the heading styles applied); live links toWeb sites (entire URL shall be active); meet NRC Web publication standards; enabled for Fast Web view;match agencywide electronic standards (h.tp:// vww. nrc._qov/site-help/e-submittals, htmi).

    5. Be delivered "camera ready" on CD-ROM, "camera ready" meaning that the SER and SEIS is ready to bepublished as a NUREG.

    3.4.6 The contractor shall use the following guidelines for file names:1. Use ASCII letters (a-z, A-Z), digits (0-9), underscores and hyphens ("_" and "-")2. Do not use spaces, quotation marks, diacritic marks or other special/non-printing characters3. Reserve the period (".", full stop) for the file extension at the end of the filename

    3.4.7 In addition to general document quality standards, the contractor shall meet the following standards in:1) U.S. Government Printing Office (GPO) Style Manual2) NUREG-0650, "Preparing NUREG-series Publications," Revision 23) NUREG-1379, "NRC Editorial Style Guide," Revision 24) NUREG-0544, "NRC Collection of Abbreviations," Revision 45) License Renewal Project Manager Handbook, Attachment 9, "Safety Evaluation Report (SER) Style Guide"6) License Renewal Project Manager Handbook, Attachment 29, "Safety Evaluation Report Writing Guide Lines

    and Samples"7) Environmental Impact Statement (EIS) Style Guide8) M.D 3.7, "NUREG-Series Publications"9) www_,#ainauaae.oov

    10) Section 508 of the Rehabilitation Act

    3.4.8 Ln cases where the EIS and SER style guides conflicts with any of the guidance listed above, the contractor shallollow the SER and EIS style guides. If EIS and SER style guides are being revised, the TM may provide guidance inieu of the EIS and SER style guides.

    3.4.9 The contractor shall be responsible for the following document properties:1 Layout2.Assembly3.Formatting4.Version control5.Producing a production-ready document

  • 1.4.10 The contractor shall be responsible for services to improve the quality, clarity, and consistency of the SEISs,'ERs, Scoping Summary Reports, and AMP Audit Reports. The contractor shall also be responsible for the:l)owing:

    1. Verifying the message is a coherent and logical flow of ideas2. Correcting syntax, grammar, spelling, and punctuation in accordance with NRC guidance3. Ensuring consistent use of terms, acronyms, abbreviations, and symbols4. Correcting disagreement of the subject and verb and faulty parallelisms5. Eliminating ambiguities, redundancy (wordiness), and overuse of the passive voice6. Ensuring consistency and accuracy of heading styles, headers, and footers7. Consistency of equations8. Consistency and clarity of tables and figures: and redesigning them (as required) to improve their visual

    effectiveness9. The accuracy of references and cross-references10. Verifying references are available to the public11t Developing table of contents12. Developing index13. Consistency of text, figures, table headings, and section headings with the table of contents14. Pagination-verifying page numbers are consistent with the table of contents and index

    ,.4.11 Items determined to be missing or incorrect will be corrected by the contractor. If not incorporated after initialJentification by NRC, the contractor will add/correct at its own expense.

    3.4.12 For certain LRAs, due to unforeseen circumstances, the task order may be provided to the contractor later thanhe anticipated task order date. The contractor shall coordinate activities with the TM, as required, to meet theýcheduled due dates for Tasks 2 through .7.

    3.4.13 The NRC has an expectation that the contractor shall be able to perform technical editing of a minimum of 70ýages per business day as well as format a minimum of 70 pages per business day.

    3.4.14 A "Final Draft", as required in Task 2 and Task 3, refers to the final camera-ready draft to be sent for publiceview (SEIS) or for concurrence (SER). A "Draft Final", as required in Task 4 and Task 5, refers to the draft of theinal document incorporating comments andnark-ups as directed by the TM.

    3.4.15 DELIVERY SCHEDULE

    )eliverables and due dates are summarized in the table below. Deliverable due dates are based on workdays.

    FlASK DESCRIPTION DUE

    Fask 1 Orientation/Kickoff Meeting No later than 10business days after

    I contract award.task 2 Draft SEIS Draft: No later than

    2 weeks from receiptof TM's final inpgt,Final: No later thanone week fromreceipt of final roundof TM's comments,

    rask 3 SER with Open Items Draft: No later than2 weeks from receiptof TM's final input.

  • -ask 4 Final SEIS

    Final: No later thanone week fromreceipt of final roundof TM's comments.Draft: No later than2 weeks from receiptof TM's final input.Final: No later thanone week fromreceipt of final roundof TM's comments.Draft: No later than2 weeks from receiptof TM's final input.Final: No later thanone week fromreceipt of final roundof TM's comments.

    "ask5 Finail SER

    ,ask 6 Scoping Summary Report Draft: No later thanone week fromcontractor receipt ofelectronic file.

    i Final: No later thanone week fromreceipt of final roundof TM's comments,Draft: No later thanone week fromcontractor receipt ofelectronic file.Final: No later thanone week fromreceipt of final roundof TM's comments.

    Fask 7 1 AMP Audit Report

    rask

    3. Related Support TT

    BD by individualask Orders

    5" of each month9 Monthly Status Report and License Fee Recovery Cost 1Report

    3.4.16 Instructions for Deliverables

    )eliverabies shall be delivered on the dates specified in the task order. If for any reason a deliverable cannot beJelivered within the scheduled time frame, the Contractor shall notify the NRC Contracting Officer and NRC Project',fficer in writing with cause of delay and the proposed revised schedule. This notice shall include the impact on the)verall project. The NRC Project Officer shall make a business decision about the impact of the delay and forwardhe impact to the Contracting Officer.

    Each deliverable shall first be submitted in draft for NRC review. NRC shall have 5 working days to review each draftJeliverable and respond with comments or approval. Upon approval by NRC of the original draft or the correctedIraft, the deliverable shall be delivered in final form to the NRC Project Officer and NRC Contracting Officer. For

  • ,ach deliverable (draft or final), the Contractor shall provide one (1) hard copy and one (1) electronic version of theleliverable to the, unless otherwise indicated.

    L4.17 Place for Deliveries

    dl correspondence and reports related to this Task Order, inclusive of the deliverables, shall be delivered to the COind PO at the following locations:

    U. S. Nuclear Regulatory CommissionATTN.: Aracelis Perez-OrtizOne White Flint North Mail Stop: TWB-01-10M11555 Rockville PikeRockville, MD 20852-2738

    Nuclear Regulatory CommissionATTN: Linda YeeOne White Flint North Mail Stop: 0-1 3C0511555 Rockville PikeRockville, MD 20852-2738

    3.5 STATEMENT OF WORK

    .0 BACKGROUND

    3ased on the Atomic Energy Act, the U.S. Nuclear Regulatory Commission (NRC) issues licenses for commercialiuclear power reactors to operate for up to 40 years and allows these licenses to be renewed for another 20 years.-he license renewal environmental and safety requirements are published as Title 10 of the Federal Code of?egulations Part 5110 CFR Part 51) and 10 CFR Part 54, respectively. The NRC has published regulatory guidance for the NRC staffthe staff) to follow when reviewing applications to address radiological and non-radiological environmental issuesitled the "Environmental Standard Review Plan," NUREG-1555 issued March 2000 (ESRP) to ensure conformancevith its review process and to share the process with stakeholders. The NRC has also published regulatory guidanceor the staff to follow when reviewing applications to address safety issues titled NUREG-1800, "Standard Reviewlian for Review of License Renewal Applications for Nuclear Power Plants," Revision 2 issued December 2010SRP-LR) to ensure the quality and uniformity of staff reviews and to share the process with stakeholders.

    "he NRC has established a challenging review schedule. The staff documents its support for the final relatedegulatory decisions in two NUREG-series publications: Supplemental Environmental Impact Statements (SEISs) and'afety Evaluation Reports (SERs). For each nuclear power plant license renewal application (LRA) andmvironmental report (ER) received from an applicant for license renewal, the staff publishes one draft SEIS (DSEIS),)ne final SEIS (FSEIS), one SER with open items, and one final SER. The staff also issues a Scoping SummaryReport which supports the SEIS and an Aging Management Program (AMP) Audit report which supports the SER.

    Fhe SEIS documents the staffs review of the ER and plant-specific environmental analysis, which considers and* veighs the environmental impacts of the proposed action, the environmental impacts of alternatives to the proposediction, and mitigation measures available for reducing or avoiding adverse impacts. NRC publishes the SEIS as a,upplement to NUREG-1437, "Generic Environmental Impact Statement for License Renewal of Nuclear Plants,"/olumes 1 and 2, which, for certain environmental impacts, establishes findings applicable to all nuclear power plants.rhe SEISs can range from 400-1,000 pages and are typically about 500 pages in length. The Scoping SummaryReport documents responses to comments that were determined to be out-of-the-scope of the environmental review,:orn-scope comments, the staff will consider the comments in the development of the SEIS. The Scoping SummaryReport can range from 50-70 pages and are typically about 60 pages in length.

  • -he SER documents the results of the staff's safety review of the LRA and describes the technical details consideredn evaluating the safety aspects of the proposed extended operation. The SERs can range from 600-950 pages andire typically about 800 pages in length. The AMP Audit Report documents the audit of the applicant's AMPs andelated documentation to verify the applicant's clairn of consistency with the GALL Report. The AMP Audit Reports,an range from 100-140 pages are typically about 120 pages in length. The NRC has completed its review of 71.RAs. The staff is expecting to receive approximately two-five new LRAs per fiscal year.

    L0 OBJECTIVE

    rhe Contractor shall provide the necessary personnel, management, materials, administrative and technical services

    equired to provide expert technical assistance services as outlined in the statement of work.

    1.0 GENERAL INFORMATION

    1.1 SCOPE OF WORK

    Fhe contract is to obtain expert document layout, assembly, formatting, and technical editing services to assist the'RC's Office of Nuclear Reactor Regulation, Division of License Renewal (DLR) to prepare SEISs, SERs, Scoping3ummary Reports, and AMP Audit Reports for LRAs.

    1.2 PERSONNEL QUALIFICATIONS

    1.2.1 General Requirements for Contractor Personnel

    a. The contractor'shall provide a project manager to oversee the efforts and ensure the timely submission ofquality deliverables that meet the requirements of the statement of work (SOW).

    b. The contractor shall provide a document specialist who will be responsible for administrative support,document layout, assembly, formatting, and production services that shall follow NRC's style guidance and theSOW.

    c. The contractor shall provide a technical editor who shall verify the document is in accordance with the NRC'sstyle guidance and SOW and is grammatically correct.

    d. The contractor personnel shall also have expertise in the use of Microsoft ® Office Word 2007 or current NRCdesignated word processing software, as directed by the Technical Monitor (TM).

    e. It is the responsibility of'the contractor to assign appropriate staff, subcontractors, and/or specialists who havethe required educational background, experience, or combination thereof to meet both the technical andregulatory objectives of the work specified in SOW. The NRC will rely on representations made by thecontractor concerning the qualifications of the personnel assigned to this contract including assurance that allinformation contained in the technical and cost proposal, including resumes, is accurate and truthful.

    f. If any work will be subcontracted or performed by consultants, the contractor shall obtain the NRC ProjectOfficer (PO), Technical Monitor's (TM ) and Contracting Officer's (CO) written approval of the subcontractor orconsultant prior to initiation of the subcontract effort. Conflict of interest considerations shall apply to anysubcontracted effort.

    L3 TECHNICAL AND OTHER SPECIAL REQUIREMENTS/GUIDANCE/STANDARDS

    a. The NRC will provide a printed or electronic representation of how the deliverable should appear. Thedeliverable will include at minimum a word processing source file, an electronic "print" file in PortableDocument Format (PDF), and a printed camera-ready document from the POF file. The contractor shall be

  • responsible for structuring the deliverable to follow Federal and agency standards for publications. Thecurrent agency word processing standard is Microsoft @ Office Word 2007. The contractor shall use the latestagency-designated version of this agency standard. The source and PDF files shall be automated structured,and reusable (i.e., applies templates, contain automatic bookmarks, have "live" Web links, containbookmarks). The contractor shall consider long-term use and revision when establishing styles. This will beevidenced by styles that are constructed for ease of use and that apply automated functions, The contractorshall provide a style sheet itemizing the specifications for each style or tag applied in the word processingprogram. For example, the style sheet will note the name of the style, formatting details, and the specificfunctions of and use for each style. The contractor shall include corrections to meet quality standards as apart of this deliverable.

    b. The contractor shall provide accessible, archival-quality, print-ready, Web-enabled PDF and DOC source filesthat meet Federal and agency requirements for publications. The print and electronic copies shall match (printthe paper copy from the PDF, which is generated from the Microsoft ® Office Word 2007 file).

    c. Electronic files shall be the following:1) Accessible: comply with Section 508 of the Rehabilitation Act (check the accessibility);

    accessible to screen readers; high contrast in black and white if any color is used; any informationconveyed with color is conveyed equally well when color is not available.

    2) Archival: generate PDF using Adobe Acrobat Professional 9.0 with NRC downloaded NRC distiller andpreflight profiles or NRC designated PDF generator and PDF/A format, an international standard forarchival PDFs; embed fonts; update/delete metadata(http://www.nrc.gov.gov/site-help/electronic-sub-ref-mat. htmi).

    3) Print-ready: min. 600 dpi (1,200 dpi recommended) for high-quality, professional printing; include printdisclaimers for any scanned or pixelated images; the PDF shall be an entire document, including cover,inside cover, title page, NRC Form 335, etc. (see NUREG-1757).

    4) Web-enabled (electronic): bookmarks for navigation (generated by Microsoft ® Office Word 2007, orcurrent NRC designated word processing software, as directed by the TM, with the heading styles applied);live links to Web sites (entire URL shall be active); meet NRC Web publication standards; enabled for FastWeb view; match agency-wide electronic standards (http://www.nrc.gov/site-help/e-submittals.html).

    d. Specifically, the Microsoft ® Office Word 2007 file shall use the following:1) Styles2) Automated formatting (no manually tabbed columns)3) Linked bookmarks or anchors for the table of contents or other document guides that jump to specific

    sections of the text4) Headers and other structural markup5) Abbreviation list6) List and link figures, equations, tables, etc.7) Formatted tables with simple columns (do not nest tables, mark column headers if possible)8) Embedded fonts and objects

    e. The contractor shall use the following guidelines for file names:1) Use ASCII letters (a-z, A-Z), digits (0-9), underscores and hyphens ("_" and "%")2) Do not use spaces, quotation marks, diacritic marks or other special/non-printing characters3) Reserve the period ('.", full stop) for the file extension at the end of the filename

    f. In addition to general document quality standards, the contractor shall meet the following standards in:11) U.S. Government Printing Office (GPO) Style Manual12) NUREG-0650, "Preparing NUREG-series Publications," Revision 213) NUREG-1 379, "NRC Editorial Style Guide," Revision 214) NUREG-0544, "NRC Collection of Abbreviations," Revision 415) License Renewal Project Manager Handbook, Attachment 9, "Safety Evaluation Report (SER) Style Guide"

  • 16) License Renewal Project Manager Handbook, Attachment 29, "Safety Evaluation Report Writing GuideLines and Samples"

    17) Environmental Impact Statement (EIS) Style Guide18) www. Dlainlanquacleqov19) Section 508 of the Rehabilitation Act

    g. The contractor shall be responsible for the following document properties:1 ) Layout2) Assembly3) Formatting

    4) Version control5) Producing a production-ready document

    h. The contractor shall be responsible for services to improve the quality, clarity, and consistency of the SEISs,SERs, Scoping Summary Reports, and AMP Audit Reports. The contractor shall also be responsible for thefollowing:

    1) Verifying the message is a coherent and logical flow of ideas2) Correcting syntax, grammar, spelling, and punctuation3) Ensuring consistent use of terms, acronyms, abbreviations, and symbols4) Correcting disagreement of the subject and verb and faulty parallelisms5) Eliminating ambiguities, redundancy (wordiness), and overuse of the passive voice6) Ensuring consistency and accuracy of heading styles, headers, and footers7) Consistency of equations8) Consistency and clarity of tables and figures; and redesigning them (as required) to improve their visual

    effectiveness9) The accuracy of references and cross-references10) Verifying references are available to the public11) Developing table of contents12) Consistency of text, figures, table headings, and section headings with the table of contents13) Pagination-verifying page numbers are consistent with the table of contents

    i. The final deliverable document for Tasks 4, 5, 6, 7, and 8 shall:1) Be provided in the NRC-approved version of Microsoft ® Office Word 2007or NRC designated word

    processing software, as directed by the TM2) Be provided in a PDF format generated by Adobe Acrobat Professional 9.0 or NRC designated PDF generator3) Be delivered "camera ready" on CD-ROM4) Meet the requirements above of "Electronic files shall be--"5) Meet the requirements above of "Specifically, the Microsoft & Office Word 2007 file shall use--"6) Meet the requirements above of "The contractor, is responsible for services to improve the quality, clarity, and

    consistency of the SEISs, SERs, Scoping Summary Reports, and AMP Audit Reports --"

    j. This SOW covers multiple LRAs; therefore, overlapping of activities is expected. This also includesoverlapping of tasks for each LRA. For each LRA, work performed for Task 2 and 3; Task 4 and 5; and Task6 and 7 may be performed simultaneously.

    3.4 ORDERING PROCEDURES

    1.4.1 The contractor shall perform technical editing services, as described in the issued task orders for the purpose tosupport to prepare SEISs, SERs, Scoping Summary Reports, and AMP Audit Reports for LRAs, during thecontract period of performance,

    3.4.2 The actual assignments of tasks will be made by the NRC Contracting Officer (CO) in conjunction with the NRCProject Officer (PO) through issuance of delivery orders, see Contract subsection C.5 Task Order Procedure(Oct 1999). No work shall commence on any task unless the vendor has a signed task order.

  • LO SPECIFIC TASKS

    -he contractor shall prepare SEISs, SERs, Scoping Summary Reports, and AMP Audit Reports in accordance with4RC Management Directive 3.7, "NUREG-Series Publications,"(MD 3.7) the DLR SEIS and SER format andramework for a minimum of two and no more than eight LRAs. The format and content of the deliverables shall be,onsistent with NUREG-0650, Revision 2, and NUREG-1379, Revision 2,and follow Section 2.6.1 "NRC's Plain.anguage and Editorial Guidelines" of MD 3.7.

    Fhe actual SEISs, SERs, Scoping Summary Reports, and AMP Audit Reports assignments (Tasks 2-7) will be made)y the NRC Contracting Officer (CO) with cooperation of the NRC Project Officer (PO) through issuance of taskwrders. The PO/TM will provide the contractor with the LRA, SEIS template, SER framework, and (if available)echnical input required to prepare the SEIS, SER, Scoping Summary Report, and AMP Audit Report, at issuance ofhe task order. For a small number of initial task orders, the SEIS and SER framework may already contain portions)f the technical information received to date. Since this SOW covers multiple applications, overlapping of LRAictivities is expected. This also includes overlapping of Tasks for each LRA. For each LRA, work performed forFask 2 and 3; Task 4 and 5; and Task 6 and 7 may be performed simultaneously.

    \ list of anticipated LRAs and their receipt dates is located at:1dt:/www,n nci/ovIreactors/coerati a/lice nsino/renewal/ao plications.html

    Fhe contractor shall, in response to each task order, submit a staffing plan and schedule for deliverables within 5 days)f receipt of the task order, unless otherwise directed by the CO. Upon acceptance of the staffing plan and scheduleor deliverables, the CO will provide written approval to commence with the task order.

    Fhe standard scope of work for each SEISs, SERs, Scoping Summary Reports, and AMP Audit Reports preparation isJescribed in the following Tasks. Tasks 2, 4, and 6 are related and focus on the successful completion of the SEIS.Fasks 3, 5, and 7 are related and focus on the successful completion of the SER.

    L1. Task 1. Orientation

    1.1. REQUIREMENT: Key personnel shall attend a one-time orientation at the NRC headquarters (or at the.ontractor's office) and be prepared to discuss the NRC's license renewal process for completing safety andsnvironmental reviews; and the format of the SEIS, SER, Scoping and Summary Report, and AMP Audit Report. The)ost award meeting and will also discuss the business practice of working for NRC on safety and environmentaleviews.

    f necessary, the contractor shall attend and observe NRC-scheduled events for other LRA projects, possibly includingneeting with the license renewal project managers, writing session, or training sessions on technical editing at thejirection of the TM as part of the orientation effort, for up to 16 hours.

    L11.2 STANDARD: The Contractor's personnel shall attend, arrive on-time and participate in the meeting.

    t.2 Task 2. Draft Sunrilemen•• vironme tail ct Statement

    L2.1 REQUIREMENT: For the first LRA, the TM will provide an electronic version of the plant-specific DSEIS templaten a word processing source file for contractor modification and use. The contractor shall become familiar with the3EIS framework. This SEIS framework should be used with subsequent LRAs hereafter for this task. For eachapplication as identified by delivery order, the contractor shall incorporate specific technical environmental evaluationnput and additional information as provided by the TM into the plant-specific DSEIS template. The contractor shall,3s necessary, insert placeholders for certain future technical evaluation input and additional information not yetavailable, as identified by the TM. The contractor shall also update the appendices in the DSEIS with plant-specificnformation, The contractor shall provide the necessary technical editor review of the DSEIS to ensure the documents complete and meets the NRC publication requirements. The technical editor review shall focus on changes to the

  • )SEIS compared with the DSEIS template provided by the TM. Recommended technical editorial changes to the;pecific technical environmental evaluation input and additional information shall be provided to the TM in a track,hanges format for review before incorporation into the DSEIS. Because of the strict project schedule and multipleqRC stakeholders involved in the review, it is expected the TM will provide comments on the DSEIS to the contractorn numerous batches, requiring turnaround within 1 business day in certain cases, as directed by the TM. The;ontractor shall revise the DSEIS based on comments from the TM and submit a final DSEIS. The schedule for"ompleting Task 2 will be no longer than 2 months from receipt of DSEIS template. Please note the timeframe forrask 2 may change based on the LRA's review schedule.

    rhe deliverable is a cover-to-cover plant-specific DSEIS based on technical and administrative information in the LRA3nd supplemental information in accordance with the provided SEIS template. The contractor shall also provide theiecessary review of the DSEIS to ensure that it meets the NRC publication requirements for a NUREG-series report.f necessary, the DSEIS will contain place holders for certain future technical evaluation input and additionalnformation as identified by the TM. The staff will review the DSEIS and provide comments to the contractor, ifipplicable, The contractor shall revise and provide the final deliverable, DSEIS, No later than one week from receipt)f TM's final round of comments.

    'rior to providing the TM with a final copy of the deliverable for Task 4, the contractor shall perform a qualityissurance review of the DSEIS to ensure the requirements previously stated in this task are met. Although theieliverable in Task 2 may met be accepted, the NRC staff may decide to not use the deliverable and the contractornay receive a revised document to continue work in related tasks, which may require additional formatting andechnical editing.

    t2.2 STANDARD: See section 3.3 of the SOW.

    L3 Task 3. Safety Evaluation Report with Open Items

    t,3,1 REQUIREMENT: For the first LRA, the TM will provide an electronic version of the plant-specific SER templaten a word processing source file for contractor modification and use. The contractor shall become familiar with the3ER framework. This SER framework should be used with subsequent LRAs hereafter for this task. For eachapplication as identified by delivery order, the contractor shall incorporate specific technical safety evaluation input andidditional information as provided by the TM into the SER framework. The contractor shall also organize andlocument the Open and Confirmatory items of the SER based on the technical evaluation input provided by the TM.Fhe Open and Confirmatory items are typically in Section 1.5 and 1.6, respectively, of the SER. The contractor shallalso update the appendices in the SER with open items. The contractor shall provide the necessary technical editor'eview of the SER with open items to ensure the document is complete and meets the NRC publication requirements.rhe technical editor review shall focus on changesto the SER with open items compared with the SER framework)repared under Task 3. Recommended technical editorial changes to the specific technical evaluation input andadditional information shall be provided to the TM in a track changes format for review before incorporation into the3ER with open items. Because of the strict project schedule and multiple NRC stakeholders involved in the review, its expected the TM will provide comments and revisions to the SER with open items to the contractor in numerous)atches, requiring turnaround within I business day in certain cases, as directed by the TM, The contractor shall'evise the SER with open items based on comments and revisions provided by the TM and submit a final SER with)pen items. The schedule for completing Task 3 will be no longer than 2 months from receipt of SER template.'lease note the timeframe for Task 3 may changed based on the LRA's review schedule.

    rhe draft deliverable is a cover-to-cover plant-specific SER with open items based on technical and administrativenformation in the LRA and supplemental information in accordance with the provided SER framework. The.ontractor shall also provide the necessary review of the SER to ensure that it meets the NRC publication•equirements for a NUREG-series report. The staff will review the SER with open items and provide comments to the;ontractor, if applicable. The contractor shall revise and provide the final deliverable, SER with place holders, asieeded, no later than one week from receipt of TM's final round of comments.

  • nrior to providing the TM with a final copy of the deliverable for Task 3, the contractor shall perform a qualityassurance review of the SER with open items to ensure the requirements previously stated in this task are met.\lthough the deliverable in Task 3 may met be accepted, the NRC staff may decide to not use the deliverable and the-ontractor may receive a revised document to continue work in related tasks, which may require additional formattingand technical editing.

    1.3.2 STANDARD: See section 3.3 of the SOW.

    1.4 Task 4, Final Supplemental Environmental Impact Statement (FSEIS)

    1.4.1 REQUIREMENT: For each LRA as identified by delivery order, the contractor shall incorporate specific technicalwvaluation input as provided by the TM to fill any placeholders in the DSEIS that was provided by the TM. The-ontractor shall also revise the FSEIS based on additional information as provided by the TM. The contractor shallalso revise and update the appendices in the FSEIS, as needed. The contractor shall provide the necessaryechnical editor review of the FSEIS to ensure the document is complete and meets the NRC publicationequirements. The technical editor review shall focus on changes to the FSEIS compared with the OSEIS provided)y the TM. Recommended technical editorial changes to the specific technical evaluation input and additionalnformation shall be provided to the TM in a track changes format for review before incorporation into the FSEIS.rhen, the contractor shall provide a track changes version, comparing the differences between the FSEIS and the)SEIS, to the TM for the staff's review. Because of the strict project schedule and multiple NRC stakeholdersnvolved in the review, it is expected the TM will provide comments on this FSEIS to the contractor in numerous)atches, requiring turnaround within 1 business day in certain cases as directed by the TM. The contractor shallevise the FSEIS based on comments and revisions provided by the TM and submit a final FSEIS that is camera-eady for NUREG publications. The schedule for completing Task 4 will be no longer than 1.5 months from receipt ofnitial evaluation input. Please note the timeframe for Task 4 may change based on the LRA's review schedule.

    Fhe draft deliverable is a cover-to-cover plant-specific FSEIS based on technical and administrative information in the-R of the LRA and supplemental information, as provided by the TM. The final deliverable of the FSEIS shall alsonclude change bars for technical changes made between the DSEIS and FSEIS version. The contractor shall also3rovide the necessary review of the FSEIS to ensure that it meets the NRC publication requirements for a4lUREG-series report. The staff will review the FSEIS and provide comments to the contractor, if applicable. The-ontractor shall revise and provide the final deliverable, FSEIS, no later than one week from receipt of TM's final round)f comments,

    nrior to providing the TM with a final copy of the deliverable for Task 4, the contractor shall perform a quality

    assurance review of the FSEIS to ensure the requirements previously stated in this task are met,

    1.4.2 STANDARD: See Section 3.3 of the SOW.

    L.5 Task 5. Final Safety Evaluation Report

    L5.1 REQUIREMENT: For each LRA as identified by delivery order, the contractor shall revise the SER with opentems based on additional information as provided by the TM The contractor shall also incorporate specific technical?valuation input as provided by the TM to close the Open and Confirmatory items in the SER with open items that was)rovided by the TM, This task also includes, but is not limited to revising Section 1 of the SER regarding the Openand Confirmatory items (typically Section 1.5 and 1,6, respectively) and updating the appendices in the SER. The.ontractor shall provide the necessary technical editor review of the SER to ensure the document is complete andneets the NRC publication requirements. The technical editor review shall focus on changes to the SER comparedvith the SER with open items provided by the TM Recommended technical editorial changes to the specificechnical evaluation input and additional information shall be provided to the TM in a track changes format for review)efore incorporation into the SER. Then, the contractor shall provide a track changes version, comparing thelifferences between the final SER and the SER with open items, to the TM for NRC review. Because of the strict)roject schedule and multiple NRC stakeholders involved in the review, it is expected the TM will provide comments)n this SER to the contractor in numerous batches, requiring turnaround within 1 business day in certain cases as

  • lirected by the TM. The contractor shall revise the SER based on comments and revisions provided by the TM and;ubmit a final SER that is camera-ready for NUREG publications. The schedule for completing Task 5 will be noonger than 1.5 months from receipt of initial technical evaluation. Please note the timeframe for Task 5 may change)ased in the LRA's review schedule.

    rhe draft deliverable is a cover-to-cover plant-specific SER based on technical and administrative information in the.RA and supplemental information, as provided by the TM. The contractor shall also provide the necessary review ofhe SER to ensure that it meets the NRC publication requirements for a NUREG-series report. The staff will review.he SER and provide comments to the contractor, if applicable. The contractor shall revise and provide the finalieliverable, SER, no later than one week from receipt of TM's final round of comments.

    :)rior to providing the TM with a final copy of the deliverable for Task 5, the contractor shall perform a qualityassurance review of the SER to ensure the requirements previously stated in this task are met.

    ,.5.2 STANDARD: See Section 3.3 of the SOW.

    1.6 Task 6. Scoping Summary Rel}ort

    t.6.1 REQUIREMENT: For each LRA as identified by delivery order, the contractor shall provide the necessaryechnical editor review of the Scoping Summary Report to ensure the document is complete and meets the NRC)ublication requirements. Recommended technical editorial changes to the staff's responses to comments andadditional information shall be provided to the TM in a track changes format for review before incorporation into the3coping Summary Report. Because of the strict project schedule and multiple NRC stakeholders involved in theeview, it is expected the TM will provide comments and revisions in numerous batches, requiring turnaround within 1)usiness day in certain cases, as directed by the TM. The contractor shall revise the Scoping Summary Report)ased on comments and revisions provided by the TM and submit a final Scoping Summary Report. The scheduleor completing Task 6 will be no longer than 2 weeks from receipt of Scoping and Summary Report. Please note theimeframe for Task 6 may change based on the LRA's review schedule.

    rhe deliverable is a cover-to-cover plant-specific Scoping Summary Report based on technical and administrativenformation in the LRA and supplemental information, as provided by the TM. The contractor shall also provide theiecessary review of the Scoping Summary Report to ensure that it meets the NRC publication requirements. The;taff will review the Scoping Summary Report and provide comments to the contractor, if applicable. The contractorihall revise and provide the final deliverable, Scoping Summary Report, no later than one week from receipt of TM'sinal round of comments.

    nrior to providing the TM with a final copy of the deliverable for Task 6, the contractor shall perform a qualityassurance review of the Scoping Summary Report to ensure the requirements previously stated in this task are met.

    1.6.2 STANDARD: See Section 3.3 of the SOW. Paragraphs a-c under Section 3.3 of the SOW does not apply to

    rask 6.

    0.7 Task 7. Aging Management Proram Audit Report

    t.7.1 REQUIREMENT: For each LRA as identified by delivery order, the contractor shall provide the necessaryechnical editor review of the AMP Audit Report to ensure the document is complete and meets the NRC publicationequirements. Recommended technical editorial changes to the specific technical evaluation input and additionalnformation shall be provided to the TM in a track changes format for review before incorporation into the AMP AuditReport, Because of the strict project schedule and multiple NRC stakeholders involved in the review, it is expectedhe TM will provide comments and revisions in numerous batches, requiring turnaround within I business day in,ertain cases, as directed by the TM. The contractor shall revise the AMP Audit Report based on comments and'evisions provided by the TM and submit a final AMP Audit Report. The schedule for completing Task 7 will be noonger than 2 weeks from receipt of AMP Audit Report. Please note the timeframe for Task 7 may change based onhe LRA's review schedule.

  • *he deliverable is a cover-to-cover plant-specific AMP Audit Report based on technical and administrative informationi the LRA and supplemental information, as provided by the TM. The contractor shall also provide the necessaryeview of the AMP Audit Report to ensure that it meets the NRC publication requirements. The staff will review thekMP Audit Report and provide comments to the contractor, if applicable. The contractor shall revise and provide theinal deliverable, AMP Audit Report, no later than one week from receipt of TM's final round of comments.

    nrior to providing the TM with a final copy of the deliverable for Task 7, the contractor shall perform a qualityissurance review of the AMP Audit Report to ensure the requirements previously stated in this task are met.

    .8 Task 8. Related SupDport

    L8.1 REQUIREMENT: As directed by task order, which shall only be agreed upon by the contractor and the CO and'0, the contract shall provide up to 700 person-hours of related support to assist with producing additionalJocuments, as needed. The contractor shall inform the TM of any related support they foresee for particular task)rder. Examples of additional documents may include: supplements to the final SER, supplements to the FESIS,.rrata to the SER, errata to the FSEIS, or tables and appendices for the SER and SEIS. The scope of work,esources, and completion time for each document under this task will be agreed upon by the contractor and the,O/PO prior to starting the activity.

    -he deliverable is a cover-to-cover document based on technical and administrative information in the LRA and;upplemental information, as provided by the TM. The contractor shall also provide the necessary review of thelocument to ensure that it meets the NRC publication requirements for the particular document type. The staff willeview the final document based on comments from the TM by a mutually agreed upon date, which will be determinedi individual Task Orders.

    'nor to providing the TM with a final copy of the deliverable for Task 8, the contractor shall perform a qualityissurance review of the document to ensure the requirements previously stated in this task are met.

    L9 Task 9 Monthly Status Report and License Fee Recovery Cost Report

    L9.1 REQUIREMENT:

    k. Monthly Status Report

    Fhe contractor shall provide a monthly status report by the 15th of each month. The report shall provide the technicalrnd financial status of the effort. The contractor shall transmit the report by e-mail to the CO, PO, TM,)LR [email protected], David.WronaCdnrc.gov , [email protected], andRichard.Skinker(q.nrc.qov. The format and content requirements for the report are contained in Attachment 2 to this3OW.

    Fhe technical status section of the report shall contain a summary of the work performed under each task order duringhe reporting period; milestones reached, or if missed, an explanation why; any problems or delays encountered orinticipated with contractor's recommendations for resolution; and planned work for the next reporting period. The;tatus shall include information on travel during the period to include trip start and end dates, destination, andravelers for each trip.

    Fhe financial status section of the report shall include the total award amount and funds obligated to date; total costsncurred in the reporting period, and total cumulative costs incurred to date. The status shall also contain the balanceAf obligations remaining at the end of the period and balance of funds required to complete the contract or task order.

    3. License Fee Recovery Cost Status Repot

  • lursuant to the provisions on fees of 10 CFR Parts 170 and 171, the contractor shall provide the total amount of fundsiccrued during the period and cumulative to date for each task and task order by facility. The License FeeZecovery Status Report must be on a separate page, as part of the monthly status report, in the format provided inýttachment 2.

    -here should be only one License Fee Recovery Cost Status (LFRCS) table per contract each month, Unit numbers,or example, Nuclear Power Plant X Unit 1 and Nuclear Power Plant X Unit 2, should be identified for each facility"icluded in each table. The facilities should be sorted by docket number, and costs should be reported as wholeiumbers rounded to the nearest dollar. For work that involves more than one unit at the same site, each unit should)e listed separately and the costs should be split appropriately between the units. Common costs, as defined below,nust be identified separately in the LFRCS table each month and must be divided among all plants worked on underhe program during the month. The total of the period costs reported in the LFRCS table should equal the total of the)eriod costs reported in the financial status report. In the event the totals of the costs reported in these two tables arelot equal, an explanation for the variance should be given as a footnote to the LFRCS table.

    Common costs" are those costs associated with the performance of an overall program that benefit all similarcensees covered under that program or that are required to satisfactorily carry out the program. Common costsiclude costs associated with the following: (1) preparatory or startup efforts to interpret and reach agreement onnethodology, approach, acceptance criteria, regulatory position, or technical reporting requirements; (2) effortsissociated with the lead-plant concept that might be involved during the first one or two plant reviews; (3) meetingsind discussions involving the above efforts to provide orientation, background knowledge, or guidance during the:ourse of a program; (4) any technical effort applied to a category of plants; and (5) project management. The formatind content requirements for the report are contained in Attachment 2 to this SOW.

    Q MEETINGS AND TRAVEL

    The following meeting and travel are anticipated. The travel shown below is an anticipated maximum for the)urposes of providing a proposal.

    * One, 3-person, two-day trip to the NRC Headquarters in Rockville, Maryland.* Six to eight, 1-person, 1-hour trips, or the equivalent, to the NRC Headquarters in Rockville, Maryland per year.* Bi-weekly, 30 minute teleconferences per year.

    ;.O NRC FURNISHED MATERIALS

    Fhe PO will provide the contractor with the LRAs and the SEIS and SER framework. The PO can also provide otheripplicable background information and reference documentation. For the purpose of providing a proposal, the NRCtVeb site below, contains past and current LRAs and staff SEISs and SERs.

    ittp://www. nrc..qov/reactoi-s/`operatina/licensinare ewa l/aprjlications. htm n#plant

    Fhe following NUREG reports related to this effort are available through the NRC Agencywide Document Access andAlanagement System (ADAMS).

    qUREG-1379, 'NRC Editorial Style Guide," Revision 2, is available through ADAMS at:itto://www, nrc.(iov/readinq-rri/adanis.lhtm!#web-based..adans(Accession No. ML093280744)

    'UREG-0544, "NRC Collection of Abbreviations," Revision 4, is available through ADAMS at:itto://www nrcciov/readina-rm/adarns.htnil#web-based-adams (Accession No. ML041050544)

    qUREG-0650, "Preparing NUREG-serious publications," Revision 2, is available through ADAMS at)tto://www, nrc.qov/readinQ-rm/adams.html#web-based-adams (Accession No. ML041050294)

  • \n electronic copy of MD 3.7, "NUREG-Series Publications" will be provided if requested by the contractor.

    A list of anticipated LRAs and their receipt dates is located at:h ttp://www.nrc.ciov/reactors/oDeratinW/icensinca/renewal/apptications-html.

    F.0 LICENSE FEE RECOVERY COSTS JAUG,2011)

    ncluded as an attachment are Billing Instructions for license fee recovery costs. A fee recovery report must be;ubmitted by the contractor in conjunction with its monthly invoice,"

    \11 other terms and conditions remain unchanaed.