this rated ofm under dpas (15 cfr 700) e tss li0 reee for o 9. iscount for prompt payvetnt 700...

80
A1. THIS CONTRACT IS RATED ORDER It4 IPAGE OFM AWARDICONTRACT I UNDER DPAS (15 CFR 700) _I_ MIA 1 78_ _ e L- COt,,,ACT NO. Pm m wt) 3. EFFECIVE D 7UO. NRC-04-10-170 0812312010 O4-10-l170 08/04/2010 &ISSUSOBY 3100 6ADMNS•ERE, BYoiewwrumfs) CODE 3100 U.S. Nuclear Regulatory Comsission U.s. •uclear Regulatory Commiasion Divy of Contracts Div. of Contracts MaiL Stop: lM-0l-BaxO Attn: Mail Stop: Iw-01-BION Washington. DC 20555 Washington. Dr 20555 7. NAME AND ADDRESS OF CONt1RACTOR ., *. w. S iPc) 6. DELIVERY ANEC tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE CODE 201202546 FACUTY CODE ADDRESS SHOWN IN 11. SNIP TOMARK FOR OE 12. PAYMENT WIL BE mAe By COE U.S. Nuclear Regulatory Cmiss.on DeParta of interor / mc HRCPay-aentserbc, gv Attn: Fiscal Services Branch - 02770 7301 W. Mansfield Avenue Washington DC 20555 Denver CO 30235-2230 13. AUTHORiTY FPR USMG OTHERTtIAN PFUL MA DP94 OMP0T0I6 O 14. ACCOUNTIN AND APPROPRIATION DATA 060-15-171-172, 16619, 252A, 31X0200.040 E oDU.S.C._0'cX 41 USC.253(cX I AMOUnt obligated: $250s.000.o_0; __ Camit,: RES-C2o-657 tat. rrtm"Ol 18 UPIOLMftSIIERVICU iSoumi 15M. WT 13LuweT Pie I ~mImtM The purpose of this contract titled, "Newt Generation Nuclear Plant Kvaluation Models Code Integracion. Assessment and Application Support (mT? is to provide services that fall within the Scope of Work (SOW) specified in Section C for the Nuclear Regulatory Comoission's (NRC) Office of Research (RES). NMC will request the work through tho issuanco of task orders during the ordering period as specified in Section 0 of the contract. Period of Perf.;Pive Years from the Effective Date of Award $5_ S,215,876 Ceiling 1SO. TOTAL AMOUNT OF CONTRACT $250. 000.00 16. TABLE OF CONTENTS PARr IT. TE SC E PART N -CONTRAC C.ALeSE A 7 10MM...... E, f 9 jluiftX5OnasmvCmsiPffic6hscom OAN" U-ST OF OOOEMII EXHOI1 AMC OiTW ArTAC)4 C C I$C0(PT10%PmEC m s .. N. .1 J LWT OFAe•AnTMMS D ~PADraNsG AMO AP-MI PMRT IV - ZR9SENT1MO AM 4"C MT KWT9S E uODOCTON ANDACCOTANSE - K EVENTAT1TO. CGRITV1CATO4 AND I C O.1PATRt AKODMaTRATM~ DATA zsLCMADMESTOFR -~~ CONTRACTMN OFFICER WILL COOPLMI 1TEM 17 OR 18 AS APPCABLE M NT Tn"ECOIiATED ACREEtMEWr. ýMveu Is MqP~tD81 b S - 1 AWAM. Yourih vf~dWtpV.ab~wp" 00FAadlw 02 0501em 1o Asuig offic) fac ase to Sfiuma 5Mw ma ftma- t peibm imU aS t m ift or oft on Softsog N~A... o•wvw~e Menebe aote sa4 d aan~ywdmulwIm~ Wboee UWU, NU5,UMIon IscldnIIIOM a4is rmngms muds by yohe s5Mt onmw ochsngesaa, g claM ism, n Tme wgNs ab" omle uo 1• e IF Igi MRfl 0 f bln * U a dove hf eby a s 1aut NOe es s•d o m andun msd tsa rgovewr ed wbefto0wng domneum (@)t•s w*dlmV-aM(b) cowlkmdaeets. Th"l wedowisiete Coov¢ wtdhh - oil f It $d! ifamo . mw (C) such pmvo•a A&mmMeiwm u. e ,j MMwtn. dmwumu (a)ftlwva euw"et* Indm-mon wdpyow "o nest (b) fts spockemm.s mew atmd I, kmuo,~d b mlnm hIeawsaf(bdus NO fuSIir coEAftllaI doouneft is necsasey. am sliel hmek) 1 %,NAME AND TITLE OF SIGNER (T"y o pe ) 2W KUM OF A OFFI0ER ,Contracmina Officer -/ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 4 - -L.,-L..•'-- .... mtE'_ i mri= I _r= 0F%.Ljmjr%6jjK 19C. DA SKWED By N6Fý2 I 2T0DAR FOR 26(RTW46uDw rw4A _w 11-1 1 - on I Ctf CV I.I AU'lHOPUMD FOR LOCAL SUNS1 REV IEW COMPLE-1 ýF Pes= byiGSA FAR(46CR)

Upload: others

Post on 16-Apr-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

A1. THIS CONTRACT IS RATED ORDER It4 IPAGE OFMAWARDICONTRACT I UNDER DPAS (15 CFR 700) _I_ MIA 1 78_ _ e

L- COt,,,ACT NO. Pm m wt) 3. EFFECIVE D 7UO.

NRC-04-10-170 0812312010 O4-10-l17008/04/2010

&ISSUSOBY 3100 6ADMNS•ERE, BYoiewwrumfs) CODE 3100

U.S. Nuclear Regulatory ComsissionU.s. •uclear Regulatory Commiasion Divy of ContractsDiv. of Contracts MaiL Stop: lM-0l-BaxOAttn:Mail Stop: Iw-01-BIONWashington. DC 20555 Washington. Dr 20555

7. NAME AND ADDRESS OF CONt1RACTOR ., *. w. S iPc) 6. DELIVERY

ANEC tSS LI0 reEe FOR O

9. ISCOUNT FOR PROMPT PAYVETNT

700 tMVERSrTr AVE 4 FIr

TOR•OM ON MSG 1X619. Umaw INVicum rt

(4 m10m0 ufla ogumm TOTHE

CODE 201202546 FACUTY CODE ADDRESS SHOWN IN

11. SNIP TOMARK FOR OE 12. PAYMENT WIL BE mAe By COEU.S. Nuclear Regulatory Cmiss.on DeParta of interor / mc

HRCPay-aentserbc, gv

Attn: Fiscal Services Branch - 027707301 W. Mansfield Avenue

Washington DC 20555 Denver CO 30235-223013. AUTHORiTY FPR USMG OTHERTtIAN PFUL MA DP94 OMP0T0I6 O 14. ACCOUNTIN AND APPROPRIATION DATA

060-15-171-172, 16619, 252A, 31X0200.040E oDU.S.C._0'cX 41 USC.253(cX I AMOUnt obligated: $250s.000.o_0; __ Camit,: RES-C2o-657

tat. rrtm"Ol 18 UPIOLMftSIIERVICU iSoumi 15M. WT 13LuweT Pie I ~mImtM

The purpose of this contract titled, "Newt GenerationNuclear Plant Kvaluation Models Code Integracion. Assessmentand Application Support (mT? is to provide services thatfall within the Scope of Work (SOW) specified in Section Cfor the Nuclear Regulatory Comoission's (NRC) Office ofResearch (RES). NMC will request the work through thoissuanco of task orders during the ordering period asspecified in Section 0 of the contract.

Period of Perf.;Pive Years from the Effective Date of Award $5_ S,215,876 Ceiling1SO. TOTAL AMOUNT OF CONTRACT $250. 000.00

16. TABLE OF CONTENTS

PARr IT. TE SC E PART N -CONTRAC C.ALeSE

A 7 10MM...... E, f9 jluiftX5OnasmvCmsiPffic6hscom OAN" U-ST OF OOOEMII EXHOI1 AMC OiTW ArTAC)4

C C I$C0(PT10%PmEC m s ..N. .1 J LWT OFAe•AnTMMS

D ~PADraNsG AMO AP-MI PMRT IV - ZR9SENT1MO AM 4"C MT KWT9S

E uODOCTON ANDACCOTANSE - K EVENTAT1TO. CGRITV1CATO4 AND

I C O.1PATRt AKODMaTRATM~ DATA zsLCMADMESTOFR

-~~ CONTRACTMN OFFICER WILL COOPLMI 1TEM 17 OR 18 AS APPCABLEM NT Tn"ECOIiATED ACREEtMEWr. ýMveu Is MqP~tD81 b S - 1 AWAM. Yourih vf~dWtpV.ab~wp"

00FAadlw 02 0501em 1o Asuig offic) facase to Sfiuma 5Mw ma ftma- t peibm imU aS t m ift or oft on Softsog N~A...o•wvw~e Menebe aote sa4 d aan~ywdmulwIm~ Wboee UWU, NU5,UMIon IscldnIIIOM a4is rmngms muds by yohe s5Mt onmw ochsngesaa, gclaM ism, n Tme wgNs ab" omle uo 1• e IF Igi MRfl 0 f bln * U a dove hf eby a s 1aut NOe es s•d o m andun ms d

tsa rgovewr ed wbefto0wng domneum (@)t•s w*dlmV-aM(b) cowlkmdaeets. Th"l wedowisiete Coov¢ wtdhh - oil fIt $d! ifamo . mw (C) such pmvo•a A&mmMeiwm u. e ,j MMwtn. dmwumu (a)ftlwva euw"et* Indm-mon wdpyow "o nest (b) ftsspockemm.s mew atmd I, kmuo,~d b mlnm hIeawsaf(bdus NO fuSIir coEAftllaI doouneft is necsasey.am sliel hmek)1 %,NAME AND TITLE OF SIGNER (T"y o pe ) 2W KUM OF A OFFI0ER

,Contracmina Officer - /• ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 4 --L.,-L..•'-- .... mtE'_ i mri=

I _r= 0F%.Ljmjr%6jjK 19C. DA SKWEDBy N6Fý2 I 2T0DAR FOR 26(RTW46uDw

rw4A _w 11-1 1 - on I Ctf CV I.I

AU'lHOPUMD FOR LOCAL

SUNS1 REV IEW COMPLE-1 ýFPes= byiGSA FAR(46CR)

Page 2: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

Table of Contents

PART I - THE SCHEDULE ......................................................................................................... A-1

SECTION A - SOLICITATION/CONTRACT FORM .................................................................... A-I

SF 26 AW ARD/CO NTRACT ......................................................................................... A-1PART I - THE SCHEDULE ........................................................................................................ B-1

SECTION B - SUPPLIES OR SERVICES AND PRICEICOSTS ................................................ B-1

B.1 PRICE/COST SCHEDULE ......................................................................................... B-1B.2 PRO JEC T TITLE ....................................................................................................... B-1B.3 BRIEF DESCRIPTION OF WORK (MAR 1987) ALTERNATE 1 (JUN 1988) .............. B-1B.4 MINIMUM OBLIGATED AMOUNT ............................................................................. B-1B.5 MAXIMUM CONTRACT CEILING ............................................................................. B-1B.6 ESTIMATED COST, FIXED FEE PAYMENT & CEILING ON THE FIXED FEE ......... B-1B.7 PRICE/COST SCHEDULE ................................................................................ B.2B .8 LA B O R .......................................................................................................... B .2

SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK ............... C-1

SECTION D - PACKAGING AND MARKING ........................................................ D-1

D.1 PACKAGING AND MARKING (MAR 1987) .................................................................... D-1

SECTION E - INSPECTION AND ACCEPTANCE .................................................................... E-1

E.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE ..... E-1E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987) ......................................... E-1

SECTION F - DELIVERIES OR PERFORMANCE ........... ...................... ............ F-

F.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE ..... F-1F.2 2052.211-70 PREPARATION OF TECHNICAL REPORTS (JAN 1993) .................... F-1F.3 2052.211-71 TECHNICAL PROGRESS REPORT (JAN 1993) ................ F-1F.4 2052.211-72 FINANCIAL STATUS REPORT (OCT 1999) ............................................ F-2F.5 DELIVERY SCHEDULE ................................................................................................. F-3F.6 PLACE OF DELIVERY-REPORTS (JUN 1988) ................................ F-5F.7 DURATION OF CONTRACT PERIOD (MAR 1987) ALTERNATE 4 (JUN 1988) ............. F-6

SECTION G - CONTRACT ADMINISTRATION DATA ............................................................. G-1

G.1 2052.215-71 PROJECT OFFICER AUTHORITY (NOVEMBER 2006) ......................... G-1G.2 2052.215-77 TRAVEL APPROVALS AND REIMBURSEMENT (OCT 1999) ............... G-2G.3 2052.216-72 TASK ORDER PROCEDURES (OCT 1999) ........................................... G-3GA 2052.216-73 ACCELERATED TASK ORDER PROCEDURES (JAN 1993) ................. G-4G.5 ORDERING PROCEDURES (MAY 1991) ...................................................................... G-4

SECTION H - SPECIAL CONTRACT REQUIREMENTS ........................................................... H-I

H.1 2052.209-72 CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST (JAN 1993)........................... ......................................................................................................... H -1

H.2 2052.215-70 KEY PERSONNEL (JAN 1993) ............................................................... H-3H.3 2052.242-70 RESOLVING NRC CONTRACTOR DIFFERING PROFESSIONAL

O P IN IO N S (A UG 2007) ................................................................................................ H-4H.4 2052.242-71 PROCEDURES FOR RESOLVING NRC CONTRACTOR DIFFERING

PROFESSIONAL OPINIONS (OCT 1999) ................................................................... H-4H.5 GOVERNMENT FURNISHED EQUIPMENT/PROPERTY - NONE PROVIDED (JUN 1988)H-6H .6 S E A T B E LT S ...................................................................................... ........................... H -6

Page 3: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

-',H.7 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS ..................... H-6H.8 COMPENSATION FOR ON-SITE CONTRACTOR PERSONNEL (Alternate 1) ............. H-7H.9 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS .................. H-8H.1 0 SECURITY REQUIREMENTS FOR ACCESS TO CLASSIFIED MATTER OR

INFO RM ATIO N (JUL 2007) ........................................................................................... H-9H.11 NRC INFORMATION TECHNOLOGY SECURITY TRAINING (AUG 2003) ...... H-10H.12 SECURITY REQUIREMENTS RELATING TO THE PRODUCTION OF REPORT(S) OR

THE PUBLICATION OF RESULTS UNDER CONTRACTS, AGREEMENTS, ANDG R A N T S ....... ........... ; .......................................... ............................................ . . H -11

H.1 3 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOREM PLO YEES (JULY 2006) ............................................................................................ H-9

PART It CONTRACT CLAUSES .............................................................................................. 1.1

SECTION I - CONTRACT CLAUSES .................................................................................... I-1

1.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE .......... I-11.2 52.203-14 DISPLAY OF HOTLINE POSTER(S) (DEC 2007) ............... :.......................... 1-31.3 52.216-7 ALLOWABLE COST AND PAYMENT (DEC 2002) ....................................... 1-31.4 52.216-18 O RDERING (O CT 1995) .............................................................................. 1-61.5 52.216-19 ORDER LIMITATIONS (OCT 1995) ............................................................ 1-61.6 52.216-22 INDEFINITE QUANTITY (OCT 1995) ...........................................................17 52.217-7 OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM

(M A R 1989) ......................................................................................... .. ........ ........... 1-71.8 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) .............................................. 1-71.9 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) ............. 1-71.10 52.219-26 SMALL DISADVANTAGED BUSINESS PARTICIPATION

PROGRAM--INCENTIVE SUBCONTRACTING (OCT 2000) ........................................... 1-71.1 1 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR

2009) ............................................. ..................... ......... -81.12 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (JAN 2009) ............ 1-91.13 52.227-23 RIGHTS TO PROPOSAL DATA (TECHNICAL) (JUN 1987) ....................... 1-91.14 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984).. 1-91.15 52.247-67 SUBMISSION OF TRANSPORTATION DOCUMENTS FOR AUDIT (FEB

2 0 0 6 ) ............................................................................................................................... 1-91.16 52.249-14 EXCUSABLE DELAYS (APR 1984) ........................................................... 1-91.17 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) .................... 1-10

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS .............................. J-1

SECTION J - LIST OF ATTACHMENTS ......................................................................................... J-1

Page 4: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section B

PART I - THE SCHEDULE

SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS

B.1 PROJECT TITLE

The title of this project is as follows: "Next Generation Nuclear Plant Evaluation Model: Code Integration, Assessment

and Application Support"

B.2 PURPOSE

The purpose of this contract is to provide code integration, assessment, and application of an Evaluation Model for theNGNP in the area of reactor/plant systems analysis, including thermal-fluid dynamics, nuclear analysis, accident fissionproduct transport and source-term analysis.

B.3 CONTRACT TYPE AND SERVICES

This is an Indefinite Quantity Contract (IQC). The Government will issue task orders that are Cost-Plus-Fixed-Fee(CPFF) task orders. Task orders will be issued for work required by the NRC in accordance with 52.216-18 - Ordering.Only Contracting Officers of the NRC or other individuals specifically authorized under this contract may authorize theinitiation of work under this contract. The Contractor must perform the services set forth in task orders at pricesconsistent with section B of this contract. Cost type task orders must indicate if they are completion or term form asdefined is FAR 16.306.

B.4 MINIMUM OBLIGATED AMOUNT

The basic contract includes an initial obligation of funds in the amount of $250,000 to cover the minimum orderguarantee. NRC is required to order and the Contractor is required to furnish the minimum order amount of services.NRC will satisfy its minimum order guarantee with award of the first task order, simultaneously awarded with thiscontract award. Following this initial obligation, individual task orders will obligate funds to cover the work requiredunder that task order.

B.5 MAXIMUM CONTRACT CEILING

This is a multiple award Indefinite Quantity Contract (IQC) with an overall ceiling price of $5,215,876. The maximumaggregate dollar value of task orders awarded cannot exceed the contract ceiling. See Section F Ordering Proceduresand Section i for additional information.

B.6 ESTIMATED COST, FIXED FEE PAYMENT, & CEILING ON THE FIXED FEE

(a) The Total Estimated Cost-Plus-Fixed-Fee (CPFF) for each task order must be negotiated in accordance with theterms of the IQC contract. In no event may the indirect rates or fixed fee for a task order exceed the ceilings set forth inthe IQC contract. All costs must be limited to reasonable, allocable, and allowable costs determined in accordance withFederal Acquisition Regulation (FAR) 52.216-7.

b) Fixed Fee Payment. For any CPFF task order issued under this contract, at the time of each payment of allowablecosts to the Contractor, the NRC paying office ordinarily pays the Contractor a percentage of fixed fee that directlycorresponds to the percentage of allowable costs being paid. Two exceptions to paying fixed fee in this manner apply:

B-1

Page 5: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section B

(1) If the Project Officer and the Contracting Officer determine that this method results in paying adisproportionately higher ratio of fixed fee than the percentage of work that the Contractor has completed,then the Project Officer and the Contracting Officer may suspend further payment of any fixed fee until theContractor has made sufficient progress to justify further payment, up to the agreed percentage.

(2) The clauses entitled "Allowable Cost and Payment" (FAR 52.216-7) and "Fixed Fee" (FAR 52.216-8) areincorporated into this contract. The terms and conditions of these clauses apply after total payments of fixed feereach eighty-five percent V of the total fixed fee.

(c) The total estimated contract cost is $5,215,876.00

(d) For each CPFF task order issued under this IQC, the fixed fee is: 10%

B.7 PRICE/COST SCHEDULE

. Cost ElementsTotal Direct Labor

Salary and WagesConsultantsTrawel and Per DiemSoftware

Total Estimated Cost

TOTAL COST PLUS FIXED FEE

Year I Year 2 Year 3 Year 4. Year 5 TOTAL

$ $ $ $ -$$ $ $$i .$$ $

$ 1,043,175 $ 1,043,175 $ 1,043,175. $ 1,043,175 $1,043,175 $5,215,876

B.7 LABOR

The Contractor shall furnish personnel with the necessary education, training and/or relevant experience, as specified inthe task orders issued under this contract. The labor categories provided below are not all-inclusive. Tasks orderproposals may justify additional labor categories, subject to negotiation and approval by the Project Officer and theContracting Officer. Regardless of the labor categories stated in the basic contract, the Contractor shall be responsiblefor providing adequate and qualified staff for this contract work.

B-2

Page 6: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section B

Base Year Year 1 Year 2 1 Year 3 Year 4 Year 5

Labor*Category

GTMP2MP3MP4MP5MP6ESR

Consultant

HEnin 31 01 Apr 10 -$1Ar1 1Ar1 1Ar1 1Ar1$b 10 31 Nl$ 113$ 23 ~a 3 1Nr1 1N,1

$

The salary rates include fringe benefits and overhead. Profit is not included in this rate.The fringe benefits represent approximately 30% of the salary; and overhead is a fixed dollar amount.The rates above are ceiling rates and are non-negotiable. The contractor shall be reimbursed on thebasis of these rates.

The Contractor will make no change in its established method of classifying or allocating these labor costs without theprior written approval of the Contracting Officer. The Government shall not be obligated to pay any additional amounton account of fringe benefits or overhead costs above the ceiling rates established in the above rates. This advanceunderstanding shall not change any monetary ceiling, cost limitation, or obligation established in the contract.

B-3

Page 7: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section C

SECTION C - DESCRIPTIONISPECIFICATIONS/STATEMENT OF WORK

Next Generation Nuclear Plant Evaluation Model:Code Integration, Assessment, and Application Support

1. BACKGROUND.

The revised Advanced Reactor Research Program (ARRP) d~cunents the U.S. Nuclear Regulatory Commission(NRC)'s current assessmentof its research infrastructure needs aqd its planned safety,•ese.arch to support its review ofhigh temperature gas reactor (HTGR) and very high temperature rýactor (VHTI,) licensing applications. Theseapplications include a combiped license (COL) application for a VIHTR to be constructed at We Idaho NationalLaboratory (INL) in connection with the Next GeneCon Nuclear Plant (NGNP) Project, as directed by the Energy PolicyAct of 2005, and a potential design certification (D1application for the pebble bed modular reactor (PBMR). Inaccordance with the ARRP, NRC is beginning to conduct the research necessary to help support the licensing review ofthese potential design applications. Specifically, the agency has begun developing an independent analytical capabilityto confirm the safety analysis evaluation methods and safety analysis results for the VHTR design of the NGNP.

This independent analytical capability is embodied in an evaluation model that is based on the following definitionprovided in Regulatory Guide (RG) 1.203:

An evaluation model (EM) is the calculational framework for evaluating the behavior of the reactor system during apostulated transient or design-basis accident. As such, the EM may include one or more computer programs,special models, and all other information needed to apply the calculational framework to a specific event.

The purpose of this contract is to provide support to the staff to aid in code integration, assessment, and application of anevaluation model for the NGNP in the reactor systems analysis area. The principal deliverables of this contract will be:(1) an integrated code suite that composes the NGNP evaluation model, (2) an implementation of an uncertaintymethodology for this EM, and (3) a code applicability report for the application of this EM to the NGNP design. Thecode applicability report will be similar to those produced for the analyses of the Economic Simplified Boiling-WaterReactor (ESBWR) and the Advanced Passive (AP)-1 000 designs with the TRAC/RELAP Advanced ComputationalEngine (TRACE) code.

The development and assessment of such an evaluation model was identified as a primary infrastructure need in the"Advanced Reactor Research Infrastructure Development Assessment" report'. A validated EM will be needed toprovide an adequate suite of reactor systems analysis tools (i.e., computer codes and methods) that provide the NRCstaff with an independent capability to reliably predict VHTR system behavior and fission product release in response toinitiating events. The NRC staff will use this suite of analysis tools to (1) conduct confirmatory analyses of a VHTRapplicant's safety analyses; (2) support development of the VHTR regulatory requirements by assisting, for example, inbetter understanding the modeling

of key accident phenomena and analyzing the performance of safety-related equipment during licensing-basis events;and (3) conduct sensitivity studies to better understand uncertainties and safety margins.

In general, the calculation process for a reactor system analysis component of a VHTR EM will consist of the sevensteps depicted below:

1 ADAMS Accession No. ML023310540

C-1

Page 8: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section C

a. Material Cross b. Preparation of r. Whole-Core AnalysisSection Homogenized Cross (Diffusion orCompilation and Sections Transport), DetailedEvaluation Heating Calculation,and Safety Parameter

Determination

e.module r BlneOf d. The~m=l-Hy*rauiic andPlant elcftrial l.ml-e.duGeneration System and Evaluaon .ofSystemlydnroen Production Behavior-

I g ~ o GTranspot. f. Fuel Behavior. Fission

For each step, one or more calculational models will be needed and two separate suites of codes may be needed toaccommodate the two proposed VHTR designs-the prismatic modular reactor (PMR) and the pebble bed modularreactor (PBR). The steps depicted above fall into four categories:

1. Thermo-Fluid Analysis,

2. Nuclear Analysis,

3. Fuel Behavior, and

4. Fission Product Transport.

The infrastructure development needs for each of these areas is briefly discussed below.

The planned approach for thermal-fluid analysis provides the data and modeling tools needed for predictingVHTR-specific heat transfer and fluid flow phenomena, including "multiphase (helium with air and/or water vapor)" fluidflow with convection, conduction, and radiation heat transfer mechanisms in irregular and complex geometries. VHTRthermal-fluid analysis also supports VHTR fission product transport and source term analyses because the failure ofVHTR coated fuel particles is, among other things, a function of fuel temperature during normal operation and accidents.Also, many of the fuel fission product transport mechanisms during normal operation and accidents depend on localthermal-fluid conditions. Because of this close coupling between thermo-fluid analysis and fission product transport,NRC has selected the MELCOR systems analysis code as the primary tool in its VHTR evaluation model.Computational fluid dynamics (CFD) also will be used in a supporting role, either to resolve local phenomena at a finerscale than that appropriate for MELCOR, or to provide numerical data for benchmarking of MELCOR.

Nuclear analysis safety research and development needs include development and testing of (1) reactor physics codecapabilities and methods for modeling reactor control and feedback and for predicting the core-wide fuel radionuclideinventories and fuel burn-up versus time, in-reactor heat sources from fission chain reactions and fission-product decay,and reactivity insertions and energy deposition during reactivity insertion accidents; and (2) neutron transport andshielding models, as needed, to analyze reactor material activation and material damage by high fluence.

The primary nuclear analysis tools used by NRC are:

1. The Purdue Advanced Reactor Core Simulator (PARCS) core neutronics simulator code.

2. The Standardized Computer Analyses for Licensing Evaluation (SCALE) modular code system that includes alattice physics code for neutron transport and depletion calculations in addition to a module for resonanceprocesssing.

C-2

Page 9: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section C

3. The AMPX code for processing the fundamental nuclear data in Evaluated Nuclear Data Files into code-usablelibraries of continuous energy or fine-group nuclear cross sections and related nuclear data.

The NRC Office of Nuclear Regulatory Research (RES) has been developing the PARCS core neutronics simulatorcode since 1998. The SCALE/AMPX code suites have been developed in parallel through RES in-house work incollaboration with contract work at the Oak Ridge National Laboratory (ORNL).

The VHTR EM will require both steady state and transient coupled reactor kinetics/thermo-fluid analyses. Steady statecore analyses will be performed by the PARCS-AGREE 2 code system. Transient coupled reactor kinetics/thermo-fluidanalyses will either be performed by the PARCS code coupled with the MELCOR system analysis code or by theMELCOR code alone using its point kinetics capability. For some transients, such as reactivity insertion due to controlrod withdrawal or ejection, a more detailed thermal analysis of the core than can be performed by MELCOR may berequired for the coupled calculations. For such cases, the AGREE code will be used for the core thermal performance.Finally, the SCALEIAMPX code suites will be used for cross section processing and lattice physics calculations. ORNLis performing VHTR analysis under a separate contract. The scope of this contract considers the integration of theSCALEAMPX, PARCS-AGREE and MELCOR code suites into an EM for gas-cooled reactors.

VHTR accident source term analysis will require analysis tools to evaluate (1) the magnitude, distribution, and chemicalform of radionuclides within the active region of the core during normal operation and during accidents; (2) the core-wideprediction of coated fuel particle failures during normal operation, the prediction of core wide fission product transportand releases from intact and failed coated fuel particles during normal operation; (3) the progression of credible accidentscenarios involving the prediction of additional fuel failures during accident progression due to phenomena such as hightemperature, or high temperature with air or moisture ingress into the active core, or large energy deposition in the fuel;(4) modeling the core-wide fission product transport and releases from intact and failed particles within the core duringthe accident progression due to these phenomena; and (5) modeling the transport of radionuclides within and outsidethe helium pressure boundary that result from the first four aspects.

As stated above, fission product transport will be analyzed using the MELCOR code. However, improvements toMELCOR will be needed to model the failure of coated fuel particles (CFPs) during normal operation and accidents, andthe diffusion and release of fission products within failed and intact particles, and within the fuel pebbles for a PBR orwithin the fuel compacts and fuel blocks for a PMR. In addition, for metallic radionuclides such as strontium andcesium, models for the transport of these fission products within fuel graphite or fuel matrix dust that is generated duringnormal operation will need to be modeled in MELCOR. The scope of this contract considers the development andproposed selection of appropriate models for these phenomena-with input, guidance and direction from NRC-andtheir assessment. Model assessment may be required to be performed either by:

" Validation of a modified version of the MELCOR code with the models incorporated.

" Validation of the models using the control function capability of the MELCOR code.

* Validation of the models via the user-defined function capability of a CFD code.

The scope of this contract does not include the direct incorporation of the models within the MELCOR code; actualdevelopment of the MELCOR code will be performed under a separate contract by the MELCOR development team atthe Sandia National Laboratory (SNL).

For VHTRs, coated fuel particles provide the primary fission product barrier. The integrity of the CFPs depends, amongother things, on the maximum local fuel particle time at temperature and burn-up associated with normal operation and,for core heatup accidents, the maximum fuel temperature during the heatup transient. Reactor system analysismethods, using a combination of codes and models for core neutronics, decay heat power, and system thermal-fluidanalysis, predict VHTR local and global fuel temperatures and fuel burn-ups.

In the past, researchers conducted in-reactor experiments with unfueled graphite pebbles containing small thin metalwires having a range of melting temperatures in the German Arbeitsgemeinschaft Versuchsreaktor (AVR) pebble bedreactor. These "melt-wire" experiments showed that local core temperatures during normal full-power operation were

2 AGREE (Advanced Gas REactor Evaluation) is a 3-D gas dynamics and heat transfer code developed by Seker and

Downar and incorporated into PARCS for the core analysis of gas-cooled reactors. See "Multiphysics MethodsDevelopment for High Temperature Gas Reactor Analysis," Ph.D. dissertation, Purdue University, December 2007.

C-3

Page 10: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section C

significantly higher than the analytical codes used at that time had predicted. Moreover, the true maximum localoperating temperatures of the AVR remain unknown because of the limitations of those experiments. Such deficienciesin legacy EMs underscore NRC's need for a validated independent analysis capability.

For modular VHTRs, in addition to core-wide temperature distribution uncertainties that exist during normal operation,the use of passive accident decay heat removal involves phenomena that also may result in significant uncertainties inpredicting the core-wide fuel temperature distributions during heatup accidents. Uncertainties for both normaloperation and accidents involve factors such as irradiation-dependent and temperature-dependent core graphitethermal conductivity, and during heatup accidents, the integral effects of variable local power densities with conductive,radiative, and convective heat transfer through the core and surrounding structures. Consequently, part of the NRC EMwill be a methodology for uncertainty analysis so that the effects of these uncertainties and the uncertainties associatedwith fuel behavior can be quantified as they propagate through a transient analysis.

2. OBJECTIVE

The objective of this contract is to obtain contractor support to aid in code integration, assessment, and application of anevaluation model for the NGNP in the reactor systems analysis area. Therefore, work that will be tasked through thiscontract is essential to the agency's safety and efficiency strategic goals. The principal deliverables of this contract willbe: (1) an integrated code suite that composes the NGNP evaluation model, (2) an implementation of an uncertaintymethodology for this EM, and (3) a code applicability report for the application of this EM to the NGNP design. Thecode applicability report will be similar to those produced for the analyses of the ESBWR and the AP-1000 designs withthe TRACE code.

As the staff identifies areas that require contractor support, NRC will issue individual task order statements of work thatspecify objectives, scope, deliverables, schedule, and other requirements. The "Scope of Work" section belowcontains more information on the specific areas in which NRC may issue task orders.

The contractor shall provide the personnel, facilities, and equipment required to accomplish the objective(s) of each taskorder.

3. SCOPE OF WORK

The scope of this contract shall be limited to code integration, assessment, and application of an Evaluation Model forthe NGNP in the area of reactor/plant systems analysis, including thermal-fluid dynamics, nuclear analysis, accidentfission product transport and source-term analysis. The performance of this contract will require close collaborationwith other NRC contractors as development of the individual codes from which the EM will be assembled may beperformed elsewhere. Specifically, owing to the resident expertise of the existing code development teams, MELCORdevelopment will be conducted at SNL, SCALE/AMPX development will be conducted at ORNL, and PARCS-AGREEdevelopment will be conducted at the University of Michigan.

At least three NGNP Evaluation Models shall be needed to cover:

1. Qoerating Conditions: The generation and distribution of fission products, coolant contaminant activationproducts, erosion activation products and the magnitude and distribution of plate-out and absorbed fissionproducts within the helium pressure boundary, as well as dust-borne radionuclides.

2. Initial Release Model: Model for the release of circulating activity, the resuspension and transport of plated-outand adsorbed fission products as well as that of dust-borne radionuclides.

3. Delayed Release Model: Model that calculates the delayed release of fission products from the intact and failedcoated fuel particles to the helium or multimedia due to core heat-up and air ingress or water ingress; includesfission product retention within the reactor unit and the confinement.

The primary figure of merit for the NGNP EM is the fission product release from the reactor containment/confinement.To estimate this release, the components of the NGNP EM will be required to:

* Calculate the fuel temperatures, fuel burn-up distributions and radionuclide inventory distributions within the corein sufficient detail to determine the core-wide tri-isotropic-coated fuel particle failure fractions and release of

C-4

Page 11: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section C

fission products from intact and failed coated fuel particles and surrounding fuel matrix and fuel graphite, duringnormal operation and accidents.

* Calculate the transport of fission products from the reactor core and helium pressure boundary to thecontainment/confinement surrounding the system.

" Calculate the transport of fission products and other radionuclides from containment/confinement to thesurrounding environment.

* Determine the conservative release and best-estimate release+,of fission products and contaminants for eachaccident scenario of interest.

" Calculate the maximum reactivity insertions that may occur during hypothesized transients, the resulting energyinsertion and insertion rate within the fuel, and the resulting coated particle fuel failure fractions and fissionproduct release that may occur.

* Calculate the maximum temperatures that are expected to occur on the vessel wall during hypothesizedtransients such that integrity of the pressure boundary can be determined through structural analysis.

The types of events to be calculated by this EM are expected to include:

* Pressurized Loss-of-Forced Circulation (P-LOFC). The reference case P-LOFC assumes a flow coast-downand scram with the Reactor Cavity Cooling System (RCCS) operating continuously. The natural circulation ofthe pressurized helium coolant within the core makes core terriperatures more uniform, lowering the peaktemperatures more than in a depressurized core, where buoyancy forces do not establish significant heliumcoolant recirculation flows. The chimney effect in P-LOFC events increases the core (and vessel) temperaturesnear the top so that the major concern is most likely to be the temperatures of the upper vessel and associatedcomponents.

_ Depressurized Loss-of-Forced Circulation (D-LOFC). The D-LOFC reference case assumes a rapiddepressurization of the primary coolant and scram, with the passive RCCS operational and without air ingress.This event for a PMR is known as a "conduction heatup" (or "cooldown") accident because the core effectivethermal conductivity is the dominant mechanism for the transfer of afterheat from the fuel to the reactor vessel.For the PBR, radiation heat transfer is expected to be dominant in the core during the heatup. Typically, themaximum expected fuel temperature would peak slightly below the limiting value for the fuel (by design), and thepeak would occur -2 days into the accident.

Two primary parameter variations of interest exist for this accident, which is generally considered to be thedefining accident for determining design basis accident peak fuel temperatures. The first is effective coregraphite thermal conductivity (a function of irradiation history, temperature, orientation, and annealing) for theprismatic design and

the effective pebble core thermal conductivity for the pebble-bed design. The second parameter is thedecay-heat power distribution versus time after shutdown. A beyond- design-basis D-LOFC analysis also mightinclude failure to scram.

Air-ingress Followinq a D-LOFC. A more extreme case of the D-LOFC accident involves a significant andcontinuous inflow of air to the core following depressurization. The significant phenomena noted by the PIRT3

panels for these events are the following:

1. Graphite structure oxidation to the extent that the integrity of the core and its support are compromised;'

2. Oxidation of the fuel elements that leads to exposure of the intact and previously failed CFPs to oxygenwith a potential for subsequent enhanced fission product release from previously failed CFPs, fromadditional failures and releases due to the effects of oxidation.

3. Release of fission products previously absorbed in the graphite structures.

3 PIRT is the acronym for "Phenomena Identification and Ranking Table." The PIRT for the NGNP is documented inNUREG/CR-6944.

C-5

Page 12: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04.-10-170 Section C

The concern is about configurations and conditions that would support sustained (and large) flows of ingress gasand the long-term availability of oxygen in the gas.

Reactivity Events, Including ATWS. The most common postulated reactivity events assume a LOFC (either P-or D-) accompanied by a long-term failure to scram. These are extremely low-probability events, where the coreheatup transients are unaffected by a scram (or not) until recriticality occurs upon the decay of the xenonpoisoning (typically in -2 days). For this event to occur, a long-term failure of operation of two independent(safety-grade) scram systems plus a failure of the nonsafety control rods must be assumed.

Other potential reactivity events include the compaction of the pebble bed core during a prolonged earthquake(which can cause a significant reactivity increase), the potential for a positive reactivity insertion from asteam-water ingress event, and a "cold-slug" induced by a sudden decrease in core inlet coolant temperature.

" Water/Steam In-gress Events. Water/steam ingress into a VHTR core can result from steam generator tubeleaks or breaks (where the pressure of the secondary is higher than that of the primary helium) or from lowerpressure water sources such as the secondary side of the Shutdown Cooling System. Such ingress into a hotreactor core causes three safety concerns-a positive reactivity insertion, chemical attack, and a breach of theradioactivity confinement.

VHTR cores are typically under-moderated by design, so moisture ingress can cause a positive reactivityinsertion. An undesirable side effect could be the reduction in control rod worth. These effects depend on thedegree of undermoderation and the total mass of moisture penetrating the core.

Chemical attack by moisture causes oxidation and corrosion of the graphite material in the core and, if exposed,the CFP's as well. It could also challenge the structural integrity of graphite reactor internals and fuel elements.

To provide NRC with an independent analysis capability for these types of accident scenarios for the NGNP design, theprimary calculational components of an evaluation model are currently under development. This contract addressesthe integration of these components into an EM and the subsequent assessment, uncertainty quantification, andapplication of this EM to the NGNP. Figures I and 2 (which follow below) depict the calculational components and dataflow paths of this EM. In the first, the components are indicated by function, and in the second, they are indicated by thename of the computer code (where available) that will be used to fulfill that function.

C-6

Page 13: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section C

Figure 1. NGNP Evaluation Model with Calculational Components Indicated by Function

C-7

Page 14: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section C

Figure 2. NGNP Evaluation Model with Calculational Components Indicated by Name of the AssociatedComputer Code Where Available

Specific Task Areas

As the staff identifies areas that require contractor support, NRC will issue individual task order statements of work thatspecify objectives, scope, deliverables, schedule, and other requirements. Task orders may be issued for activities thatfall within the following broad categories:

* Code Integration. Integration of the code suite that shall compose the NGNP EM into an automated workflowpackage so that the necessary inputs/outputs from each code are transferred to the other codes without manualuser intervention. This shall be accomplished by the development of a plug-in for NRC's SNAP 4 graphical user

4 SNAP is an acronym for "Symbolic Nuclear Analysis Package."

C-8

Page 15: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section C

interface toolkit.

Code Development. The development of relatively small special purpose codes, together with theirdocumentation and validation, may be needed for areas such as:

o The core-wide prediction of coated fuel particle failures during normal operation.

o The prediction of core-wide fission product transport and releases from intact and failed fuel particles duringnormal operation both for fission gases and metal releases.

o The prediction of plate-out and graphite dust distributions within the helium pressure boundary.

Code Assessment. Validation of both the individual codes and models that compose the NGNP EM and of theintegrated code suite itself shall be required to be performed through comparisons with appropriate experimentaldata, benchmark problems, and possibly CFD analyses. Code assessment shall include both the developmentof a PIRT-based assessment matrix and the quantification of model uncertainties to be used in the uncertaintyanalysis methodology described below.

* Uncertainty Analysis. Implementation of an uncertainty methodology based on a statistical approach, such asthat commonly referred to as the "Wilks' method." This uncertainty methodology shall have the capability ofconsidering the uncertainty ranges of both code models and correlations and plant-operating conditions.Implementation of this uncertainty methodology shall be accomplished through development of a plug-in forSNAP.

S.Code Application. For the actual NGNP design, development of a plant input model, performance of sensitivitystudies, and plant calculations for a range of operational occurrences and postulated transients.

" CFD Analysis. Both CFD analyses and finite element heat-transfer calculations shall be required to supplementthe plant system analyses performed by the EM. Note that all CFD analyses shall be performed either withFLUENT or STAR-CCM+. Examples of the types of analyses that may be requested include:

o CFD calculation with graphite oxidation for conditions in the outlet plenum and bottom reflector during anair-ingress event.

C-9

Page 16: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section C

o Finite element heat transfer calculations to quantify the thermal conductances within the graphite moderatorblock between the fuel compact and the coolant channel wall for a PMR fuel element.

o CFD calculation to evaluate the performance of a proposed design for the Reactor Cavity Cooling System toprovide a benchmark for the simplified MELCOR model.

o CFO analysis of the air-helium buoyancy driven "exchange flow" that can occur during an air-ingress event.Both horizontal stratified and vertical counter-current flow may be considered to provide estimates of theair-ingress flow rate and the delay time to the start of significant graphite oxidation.

o CFD analysis of the gaps between fuel element and reflector blocks that have undergone radiation damageto estimate the potential for core bypass flow and provide estimates of the effective loss coefficients to beused in system code analyses.

o CFD calculations to evaluate dust deposition and lift-off models both for the primary piping components of theHelium Pressure Boundary, for regions within the vessel such as the outlet plenum where significant dustinventories may accumulate, and for the reactor cavity and confinement.

o CFD analysis of the radial flow distribution in a randomly packed annular pebble-bed core to provideinformation on the "bypass" flow at the bed-wall boundaries.

o Finite element heat-transfer analyses of the effective thermal conductivity for the pebble-bed wall interface.Note that the commonly used Zehner-Schunder model overpredicts this conductivity by about a factor of twobased on comparisons to the SANA test facility conducted in the International Atomic Energy Agencybenchmark.

o Finite element heat-transfer analyses to provide information on fuel compact "hot spot factors" due to CFPclustering.

Model Development or Selection. For some phenomena, either a model may not be currently available withinthe EM code suite or the code assessment activity may determine that the accuracy of an extant model isinsufficient to provide for a realistic determination of the NGNP response. The contractor may be requested toprovide expertise to aid the staff in either the selection of an appropriate model from the literature or thedevelopment of a new model.

4. RESEARCH QUALITY

The Advisory Committee on Reactor Safeguards assesses the quality of NRC research programs each year. Withinthe context of its reviews of RES programs, the definition of quality research is based upon several major characteristics:

* Results meet the objectives (75 percent of overall score).o Justification of major assumptions (12 percent).o Soundness of technical approach and results (52 percent).o Uncertainties and sensitivities addressed (11 percent).

C-10

Page 17: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section C

Documentation of research results and methods is adequate (25 percent of overall score)

o Clarity of presentation (16 percent).o Identification of major assumptions (9 percent).

The contractor is responsible to ensure that these quality criteria are adequately addressed throughout the course of theresearch that is performed. The NRC project manager and technical monitor will review all research products withthese criteria in mind.

5. TECHNICAL AND OTHER SPECIAL QUALIFICATIONS REQUIRED

The contractor is responsible to assign technical staff, employees, subcontractors, or specialists who have the requirededucational background, experience, or combination thereof to meet the technical objectives in the statement of work.Personnel shall have demonstrated the capability to deal with complex technical issues and to identify innovativeapproaches. The contractor shall provide representative resumes, describe participation in professional societies,identify associations with universities, or offer similar evidence of the ability to deliver highly qualified personnel tocomplete this work.

Key personnel identified for this contract must be recognized technical experts in high temperature gas reactor safetyanalysis in the areas of nuclear analysis, thermo-fluids, fission product transport, and source-term analysis. Arecognized technical expert is defined as an individual who is regarded so by their peers, management, and/or bynational leaders in the field. A recognized expert also shall be evident by their relevant education, training, experience,and other activities, such as participation in professional society activities.

Key personnel shall be responsible for the technical aspects of the specified work. Other personnel shall provideadditional technical support required to complete all deliverables in a timely manner and with sufficient level of quality.The contractor project manager shall be responsible for overall performance and interfacing with NRC. The contractoris expected to work independently of NRC staff unless a specific collaborative effort is specified in the statement of work.The contractor is responsible to acquire all information that is not identified as NRC-fumished material in this statementof work or in the statements of work of subsequent Task Orders.

Demonstrated expertise in the usage and/or development of NRC computer codes (i.e., MELCOR, PARCS,SCALE/AMPX, and SNAP) will be considered a positive factor in the proposal evaluation. However, as the extension ofthese codes to gas reactors is a new feature, experience with the NRC codes is considered of secondary importancerelative to gas reactor experience for the performance of this contract.

C-1I

Page 18: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section D

SECTION D - PACKAGING AND MARKING

DA PACKAGING AND MARKING (MAR 1987)

The Contractor shall package material for shipment to the NRC in such a manner that will ensure acceptance bycommon carrier and safe delivery at destination. Containers and closures shall comply with the Interstate CommerceCommission Regulations, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the modeof transportation. On the front of the package, the Contractor shall clearly identify the contract number under which theproduct is being provided.

D-1

Page 19: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section E

SECTION E - INSPECTION AND ACCEPTANCE

E.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

The following contract clauses pertinent to this section are hereby incorporated by reference (by CitationNumber, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BYREFERENCE" in Section I of this contract. See FAR 52.252-2 for an internet address (if specified) for electronic accessto the full text of a clause.

NUMBER TITLE DATEFEDERAL ACQUISITION REGULATION (48 CFR Chapter 1)

52.246-5 INSPECTION OF APR 1984SERVICES--COST-REIMBURSEMENT

E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987)

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

E-1

Page 20: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-1 0-170SetnF Section F

SECTION F - DELIVERIES OR PERFORMANCE

F.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

The following contract clauses pertinent to this section are hereby incorporated by reference (by CitationNumber, Title, and Date) in accordance with the clause at' FAR "52.252-2 CLAUSES INCORPORATED BYREFERENCE" in Section I of this contract. See FAR 52 .252-2 for an internet address (if specified) for electronic accessto the full text of a clause.

NUMBER TITLE DATEFEDERAL ACQUISITION REGULATION (48 CFR Chapter 1)

52.242-15 STOP-WORK ORDER AUG 1989ALTERNATE I (APR 1984)

52.247-34 F.O.B. DESTINATION NOV 1991

F.2 2052.211-70 PREPARATION OF TECHNICAL REPORTS (JAN 1993)

All technical reports required by Section C and all Technical Progress Reports required by Section F are to beprepared in accordance with the attached Management Directive 3.8, "Unclassified Contractor and Grantee Publicationsin the NUREG Series." Management Directive 3.8 is not applicable to any Contractor Spending Plan (CSP) and anyFinancial Status Report that' may be included in this contract. (See Section F.5).

F.3 2052.211-71 TECHNICAL PROGRESS REPORT (JAN 1993)

The contractor shall provide a monthly Technical Progress Report to the project officer and the contracting officer.The report is due within 15 calendar days after the end of the report period and must identify the title of the project, thecontract number, appropriate financial tracking code specified by the NRC Project Officer, project manager and/orprincipal investigator, the contract period of performance, and the period covered by the report. Each report mustinclude the following for each discrete task/task order:

(a) A listing of the efforts completed during the period, and milestones reached or, if missed, an explanationprovided;

(b) Any problems or delays encountered or anticipated and recommendations for resolution. If the recommendedresolution involves a contract modification, e.g., change in work requirements, level of effort (cost) or schedule delay, thecontractor shall submit a separate letter to the contracting officer identifying the required change and estimated costimpact.

(c) -A summary of progress to date; and

(d) Plans for the next reporting period.

F-I

Page 21: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section F

F.4 2052.211-72 FINANCIAL STATUS REPORT (OCT 1999)

The contractor shall provide a monthly Financial Status Report (FSR) to the project officer and the contracting officer.The FSR shall include the acquisition of, or changes in the status of, contractor-held property acquired with governmentfunds valued at the time of purchase at $50,000 or more. Whenever these types of property changes occur, thecontractor shall send a copy of the report to the Chief, Property and Acquisition Oversight Branch, Office ofAdministration. The report is due within 15 calendar days after the end of the report period and must identify the title ofthe project, the contract number, the appropriate financial tracking code (e.g., Job Code Number or JCN) specified bythe NRC Project Officer, project manager and/or principal investigator, the contract period of performance, and theperiod covered by the report. Each report must include the following for each discrete task:

(a) Total estimated contract amount.

(b) Total funds obligated to date.

(c) Total costs incurred this reporting period.

(d) Total costs incurred to date.

(e) Detail of all direct and indirect costs incurred during the reporting period for the entire contract or each task, if it isa task ordering contract.

(f) Balance of obligations remaining,

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

(h) Contractor Spending Plan (CSP) status: A revised CSP is required with the Financial Status Report wheneverthe contractor or the contracting officer has reason to believe that the total cost for performance of this contract will beeither greater or substantially less than what had been previously estimated.

(1) Projected percentage of completion cumulative through the report period for the project/task order as reflectedin the current CSP.

(2) Indicate significant changes in the original CSP projection in either dollars or percentage of completion.Identify the change, the reasons for the change, whether there is any projected overrun, and when additional fundswould be required. If there have been no changes to the original NRC-approved CSP projections, a written statementto that effect is sufficient in lieu of submitting a detailed response to item "h".

(i) Property status:

(1) List property acquired for the project during the month with an acquisition cost between $500 and $49,999.Give the item number for the specific piece of equipment.

(2) Provide a separate list of property acquired for the project during the month with an acquisition cost of $50,000or more. Provide the following information for each item of property: item description or nomenclature, manufacturer,model number, serial number, acquisition cost, and receipt date. If no property was acquired during the month, include astatement to that effect. The same information must be provided for any component or peripheral equipment which ispart of a "system or system unit."

(3) For multi-year projects, in the September monthly financial status report provide a cumulative listing ofproperty with an acquisition cost of $50,000 or more showing the information specified in paragraph (i)(2) of this clause.

F-2

Page 22: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section F

(4) In the final financial status report provide a closeout property report containing the same elements asdescribed above for the monthly financial status reports, for all property purchased with NRC funds regardless of valueunless title has been vested in the contractor. If no property was acquired under the contract, provide a statement tothat effect. The report should note any property requiring special handling for security, health, safety, or other reasonsas part of the report.

(j) Travel status: List the starting and ending dates for each trip, the starting point and destination, and thetraveler(s) for each trip.

(k) If the data in this report indicates a need for additional funding beyond that already obligated, this informationmay only be used as support to the official request for funding required in accordance with the Limitation of Cost (LOC)Clause (FAR 52.232-20) or the Limitation of Funds (LOF) Clause FAR 52.232-22.

F.5 DELIVERY SCHEDULE

a. Monthly Letter Status Report (MLSR)

An MLSR is to be submitted in electronic format via e-mail to the NRC project manager by the 20th of the month*following the month to be reported with copies provided to the following:

Resource Name: RESDSAMLSR.Resource(a)nrc.gov

Resource Name: RESPMDAMLSR.Resource(&nrc..iov

The contractor also shall mail a hard copy of each MLSR to the project manager.

At a minimum, the MLSR will identify the title of the project, the job code, the principal investigator, the period ofperformance, and the reporting period. In addition, for every task order, the MLSR will include the key investigator,each month's technical progress, monthly spending, total spending to date, and the remaining funds. The MLSR willcontain information as shown in Exhibit 10 of NRC Management Directive 11.7. Any administrative or technicaldifficulties that may affect the schedule or costs of the project shall be immediately brought to the attention of the NRCproject manager.

b. Annual Progress Letter Reports

The contractor shall submit an annual progress letter report within 30 days of the close of the fiscal year. The annualprogress report shall summarize all efforts on the tasks conducted during the corresponding period, including the statusof each ongoing task.

c. 8.3 Topical Reports

The contractor shall submit topical reports at the conclusion of research tasks. The content of each report shall bebroadly described within the statement of work of each individual task order. The details on format, technical level, andcompleteness will be jointly agreed upon by the NRC project manager and the principal investigator. Topical reportsshall be self-contained and suitable for publication as a NUREG/CR report. Topical reports shall include an executivesummary that summarizes the research results with regard to the project objectives as defined in the statement of workfor each issued task order. See also section 9 "PUBLICATIONS NOTES."

d. 8.4 Presentations at Professional Meetings and Publications in Peer-Reviewed Journals

Presentations of accomplished research results at professional meetings and publication of this technical work inpeer-reviewed professional journals are expected. A copy of all written and oral presentations (including technicalpapers and abstracts to be submitted for publication in technical journals) related to or funded by this project will betransmitted to the NRC project manager prior to presentation or submittal for publication. The contractor shall abide by

F-3

Page 23: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section F

the following reporting requirements:

e. NRCAR 2052.235-70 PUBLICATION OF RESEARCH RESULTS (JAN 93)

a) The principal investigator(s)/contractor shall comply with the provisions of NRC Handbook 3.8 (formerly MC 3202)and NRC Manual Chapter 3206 regarding publication in refereed scientific and engineering journals or dissemination tothe public of any information, oral or written, concerning the work performed under this contract. Failure to comply withthis clause shall be grounds for termination of this contract.

b) The principal investigator(s)/contractor may publish the results of this work in refereed scientific and .engineeringjournals or in open literature and present papers at public orassociation meetings at interim stages of work, in addition to submitting to NRC the final reports and other deliverablesrequired under this contract. However, such publication and papers shall focus on advances in science and technologyand minimize conclusions and/or recommendations that may have regulatory implications. Prior to any suchpublication, the contractor shall submit the proposed publication to the NRC project manager for review and approval.See also section 9 "PUBLICATIONS NOTES."

f. PUBLICATIONS NOTES

RES encourages the~publication of the scientific results from RES-sponsored programs in refereed scientific andengineering journals as appropriate. If the contractor proposes to publish in the open literature or to present theinformation at a meeting in addition to submitting the required technical reports, approval of the proposed article orpresentation should be obtained from the NRC project manager. The RES project manager shall either approve thematerial as submitted, approve it subject to NRC suggested revisions, or disapprove it. In any event, the RES projectmanager may disapprove or delay presentation or publication of papers on information subject to Commission approvalthat has not been ruled upon or been disapproved. Additional information regarding the publication of NRC-sponsoredresearch is contained in NRC Management Directives 3.7, "NUREG Series Publications," and 3.9, "NRC Staff andContractor Speeches, Papers, and Journal Articles on Regulatory and Technical Subjects."

If the presentation or paper is in addition to the required technical reports and the RES project manager determines thatit will benefit the RES project, the project manager may authorize payment of travel and publishing costs, if any, from theproject funds. If the project manager determines that the article or presentation would not benefit the RES project, thecosts associated with the preparation, presentation, or publication will be borne by the contractor. For any publicationor presentations falling into this category, NRC reserves the right to require that such presentation or publication will notidentify its sponsorship of the work.

g. New Standards for Contractors Who Prepare NUREG-Series Manuscripts

NRC began to capture most of its official records electronically on January 1, 2000. NRC will capture each finalNUREG-series publication in its native application. Therefore, staff should submit their final manuscripts that havebeen approved by their NRC project manager in both electronic and camera-ready copy.

All format guidance, as specified in NUREG-0650, Revision 2, will remain the same with one exception. Staff will nolonger be required to include the NUREG-series designator on the bottom of each page of the manuscript. NRC willassign this designator when it sends the camera-ready copy to the printer and will place the designator on the cover, titlepage, and spine. The designator for each report will no longer be assigned when the decision to prepare a publicationis made. NRC's Publishing Services Branch will inform the NRC project manager for the publication of the assigneddesignator when the final manuscript is sent to the printer.

For the electronic manuscript, the contractor shall prepare the text in Microsoft Word, and use any of the following filetypes for charts, spreadsheets, and the like.

F-4

Page 24: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section F

File Types to be Used for NUREG-Series Publications

File Type File Extension

Microsoft@Word® .doc

Microsoft® PowerPoint®.•: .ppt

Microsoft®Excel .xls

Microsoft®Access .mdb

Portable Document Format .pdf

This list is subject to change if new software packages come into common use at NRC or by our licensees or otherstakeholders that participate in the electronic submission process. If a portion of the manuscript is from another sourceand staff cannot obtain an acceptable electronic file type for this portion (e.g., an appendix from an old publication), NRCcan, if necessary, create a tagged image file format (file extension .tif) for that portion of the report. Note that staff shouldcontinue to submit original photographs, which will be scanned because digitized photographs do not print well.

If staff chooses to publish a compact disk (CD) of the publication, place on the CD copies of the manuscript in (1) aportable document format (PDF), (2) a Microsoft Word file format, and (3) an Adobe Acrobat Reader format;alternatively, print instructions for obtaining a free copy of Adobe Acrobat Reader on the back cover insert of the jewelbox.

ANTICIPATED DELIVERABLESI SCHEDULES ANDIOR MILESTONES

NRC will specify deliverables and delivery schedule with the issuance of each task order.

F.6 PLACE OF DELIVERY-- REPORTS (JUN 1988)

The items to be furnished hereunder shall be delivered, with all charges paid by the Contractor, to:

(a) Project Officer (2 copies)

Mr. Michael B. RubinU.S. Nuclear Regulatory CommissionMail Stop: C3AO7MWashington, DC 20555-0001

(b) Contracting Officer (1 copy)

Ms. Monique WilliamsU.S. Nuclear Regulatory CommissionMail Stop: TWB-01-BIOMWashington, DC 20555-001

F-5

Page 25: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section F

F.7 DURATION OF CONTRACT PERIOD (MAR 1987) ALTERNATE 4 (JUN 1988)

The Period of Performance for this contract is five (5) years: The ordering period for this contract shall commence onAugust 23, 2010 and will expire on August 22, 2015. Any orders issued during this period shall be completed within thetime specified in the order, unless otherwise specified herein. (See 52.216-18 - Ordering.) The term of this contractmay be extended at the option of the Government for an additional 6 months in accordance with FAR Clause 52.217-8.

F-6

Page 26: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section G

SECTION G - CONTRACT ADMINISTRATION DATA

G.1 2052.215-71 PROJECT OFFICER AUTHORITY (NOVEMBER 2006)

(a) The contracting officer's authorized representative (hereinafter referred to as the project officer) for this contract is:

Name: Michael B. Rubin

Address: U.S. Nuclear Regulatory CommissionMail Stop: C3A07MWashington, DC 20555-0001

Telephone Number: (301) 251-7549E-mail: [email protected]

(b) Performance of the work under this contract is subject to the technical direction of the NRC project officer. Theterm "technical direction" is defined to include the following:

(1) Technical direction to the contractor which shifts work emphasis between areas of work or tasks, authorizestravel which was unanticipated in the Schedule (i.e., travel not contemplated in the Statement of Work (SOW) orchanges to specific travel identified in the SOW), fills in details, or otherwise serves to accomplish the contractual SOW.

(2) Provide advice and guidance to the contractor in the preparation of drawings, specifications, or technicalportions of the work description.

(3) Review and, where required by the contract, approval of technical reports, drawings, specifications, andtechnical information to be delivered by the contractor to the Government under the contract.

(c) Technical direction must be within the general statement of work stated in the contract. The project officer does

not have the authority to and may not issue any technical direction which:

(1) Constitutes an assignment of work outside the general scope of the contract.

(2) Constitutes a change as defined in the "Changes" clause of this contract.

(3) In any way causes an increase or decrease in the total estimated contract cost, the fixed fee, if any, or the timerequired 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 directivewhatever.

(d) All technical directions must be issued in writing by the project officer or must be confirmed by the project officer inwriting within ten (10) working days after verbal issuance. A copy of the written direction must be furnished to thecontracting officer. A copy of NRC Form 445, Request for Approval of Official Foreign Travel, which has received finalapproval 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 projectofficer in the manner prescribed by this clause and within the project officer's authority under the provisions of thisclause.

G-1

Page 27: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section G

(f) If, in the opinion of the contractor, any instruction or direction issued by the project officer is within one of thecategories as defined in paragraph (c) of this section, the contractor may not proceed but shall notify the contractingofficer in writing within five (5) working days after the receipt of any instruction or direction and shall request thecontracting officer to modify the contract 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'sopinion, the technical direction is within the scope of this article and does not constitute a change under the "Changes"clause.

(g) Any unauthorized commitment or direction issued by the project officer may result in an unnecessary delay in thecontractor's performance and may even result in the contractor expending funds for unallowable costs under thecontract.

(h) A failure of the parties to agree upon the nature of the instruction or direction or upon the contract action to betaken with respect thereto is subject to 52.233-1 -Disputes.

(i) In addition to providing technical direction as defined in paragraph (b) of the section, the project officer shall:

(1) Monitor the contractor's technical progress, including surveillance and assessment of performance, andrecommend 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 officerrecommendations for approval, disapproval, or suspension of payment for supplies and services required under thiscontract.

(4) Assist the contractor in obtaining the badges for the contractor personnel.

(5) Immediately notify the Security Branch, Division of Facilities and Security (SB/DFS) (via e-mail) when acontractor employee no longer requires access authorization and return of any NRC issued badge to SB/DFS withinthree days after their termination.

(6) Ensure that all contractor employees that require access to classified Restricted Data or National SecurityInformation or matter, access to sensitive unclassified information (Safeguards, Official Use Only, and Proprietaryinformation) access to sensitive IT systems or data, unescorted access to NRC controlled buildings/space, orunescorted access to protected and vital areas of nuclear power plants receive approval of SB/DFS prior to access inaccordance with Management Directive and Handbook 12.3.

(7) For contracts for the design, development, maintenance or operation of Privacy Act Systems of Records, obtainfrom the contractor as part of closeout procedures, written certification that the contractor has returned to NRC,transferred to the successor contractor, or destroyed at the end of the contract in accordance with instructions providedby the NRC Systems Manager for Privacy Act Systems of Records, all records (electronic or paper) which were created,compiled, obtained or maintained under the contract.

G.2 2052.215-77 TRAVEL APPROVALS AND REIMBURSEMENT (OCT 1999)

(a) All travel must be approved in advance by the NRC on NRC Form 445, Request for Approval of Official ForeignTravel, and must be in compliance with FAR 52.247-63 Preference for U.S. Flag Air Carriers. The contractor shallsubmit NRC Form 445 to the NRC no later than 30 days before beginning travel. Travel will be in accordance with theUS Government Travel Regulations at: www.-qsa.qov/federaltravelrequlation and the per diem rates set forth at:www.gsa.gov/perdiem.

G-2

Page 28: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section G

(b) The contractor must receive written approval from the NRC Project Officer before taking travel that wasunanticipated in the Schedule (i.e., travel not contemplated in the Statement of Work, or changes to specific travelidentified in the Statement of Work).

(c) The contractor will be reimbursed only for those travel costs incurred that are directly related to this contract andare allowable subject to the limitations prescribed in FAR 31.205-46.

(d) It is the responsibility of the contractor to notify the contracting officer in accordance with the Limitations of Cost,clause of this contract-when, at any time, the contractor learns that travel expenses will cause the contractor to exceedthe estimated costs specified in the Schedule.

(e) Reasonable travel costs for research and related activities performed at State and nonprofit institutions, inaccordance with Section 12 of Pub. L. 100-679, shall be charged in accordance with the contractor's institutional policyto the degree that the limitations of Office of Management and Budget (OMB) guidance are not exceeded. Applicableguidance documents include OMB Circular A-87, Cost Principles for State and Local Governments; OMB CircularA-1 22, Cost Principles for Nonprofit Organizations; and OMB Circular A-21, Cost Principles for Educational Institutions.

G.3 2052.216-72 TASK ORDER PROCEDURES (OCT 1999)

(a) Task order request for proposal. When a requirement within the scope of work for this contract is identified, thecontracting officer shall transmit to the contractor a Task Order Request for Proposal (TORFP) which may include thefollowing, as appropriate:

(1) Scope of work/meetings/travel and deliverables;

(2) Reporting requirements;

(3) Period of performance - place of performance;

(4) Applicable special provisions;

(5) Technical skills required; and

(6) Estimated level of effort.

(b) Task order technical proposal. By the date specified in the TORFP, the contractor shall deliver to thecontracting officer a written or verbal (as specified in the TORFP technical proposal submittal instructions) technicalproposal that provides the technical information required by the TORFP.

(c) Cost proposal. The contractor's cost proposal for each task order must be fully supported by cost and pricingdata adequate to establish the reasonableness of the proposed amounts. When the contractor's estimated cost for theproposed task order exceeds $100,000 and the period of performance exceeds six months, the contractor may berequired to submit a Contractor Spending Plan (CSP) as part of its cost proposal. The TORP indicates if a CSP isrequired.

(d) Task order award. The contractor shall perform all work described in definitized task orders issued by thecontracting officer. Definitized task orders include the following:

(1) Statement of work/meetings/travel and deliverables;

(2) Reporting requirements;

G-3

Page 29: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section G

(3) Period of performance;

(4) Key personnel;

(5) Applicable special provisions; and

(6) Total task order amount including any fixed fee.

G.4 2052.216-73 ACCELERATED TASK ORDER PROCEDURES (JAN 1993)

(a) The NRC may require the contractor to begin work before receiving a definitized task order from the contractingofficer. Accordingly, when the contracting officer verbally authorizes the work, the contractor shall proceed withperformance of the task order subject to the monetary limitation established for the task order by the contracting officer.

(b) When this accelerated procedure is employed by the NRC, the contractor agrees to begin promptly negotiatingwith the contracting officer the terms of the definitive task order and agrees to submit a cost proposal with supportingcost or pricing data. If agreement on a definitized task order is not reached by the target date mutually agreed upon bythe contractor and contracting officer, the contracting officer may determine a reasonable price and/or fee in accordancewith Subpart 15.8 and Part 31 of the FAR, subject to contractor appeal as provided in 52.233-1, Disputes. In any event,the contractor shall proceed with completion of the task order, subject only to the monetary limitation established by thecontracting officer and the terms and conditions of the basic contract.

G.5 ORDERING PROCEDURES (MAY 1991)(a) In addition to the contracting officer, contract administrator, and project officer, the following individuals are

authorized to issue delivery orders under this contract:

There are no individuals authorized to issue delivery orders under this contract.

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

G-4

Page 30: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section H

SECTION H - SPECIAL CONTRACT REQUIREMENTS

H.1 2052.209-72 CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST (JAN 1993)

(a) Purpose. The primary purpose of this clause is to aid in ensuring that the contractor:

(1) Is not placed in a conflicting role because of current or planned interests (financial, contractual, organizational,or otherwise) which relate to the work under this contract; and

(2) Does not obtain an unfair competitive advantage over other parties by virtue of its performance of this contract.

(b) Scope. The restrictions described apply to performance or participation by the contractor, as defined in 48 CFR2009.570-2 in the activities covered by this clause.

(c) Work for others.

(1) Notwithstanding any other provision of this contract, during the term of this contract, the contractor agrees toforego entering into consulting or other contractual arrangements with any firm or organization the result of which maygive rise to a conflict of interest with respect to the work being performed under this contract. The contractor shallensure that all employees under this contract abide by the provision of this clause. If the contractor has reason tobelieve, with respect to itself or any employee, that any proposed consultant or other contractual arrangement with anyfirm or organization may involve a potential conflict of interest, the contractor shall obtain the written approval of thecontracting officer before the execution of such contractual arrangement.

(2) The contractor may not represent, assist, or otherwise support an NRC licensee or applicant undergoing anNRC audit, inspection, or review where the activities that are the subject of the audit, inspection, or review are the sameas or substantially similar to the services within the scope of this contract (or task order as appropriate) except where theNRC licensee or applicant requires the contractor's support to explain or defend the contractor's prior work for the utilityor other entity which NRC questions.

(3) When the contractor performs work for the NRC under this contract at any NRC licensee or applicant site, thecontractor shall neither solicit nor perform work in the same or similar technical area for that licensee or applicantorganization for a period commencing with the award of the task order or beginning of work on the site (if not a task ordercontract) and ending one year after completion of all work under the associated task order, or last time at the site (if nota task order contract).

(4) When the contractor performs work for the NRC under this contract at any NRC licensee or applicant site,

(i) The contractor may not solicit work at that site for that licensee or applicant during the period of performanceof the task order or the contract, as appropriate.

(ii) The contractor may not perform work at that site for that licensee or applicant during the period ofperformance of the task order or the contract, as appropriate, and for one year thereafter.

(iii) Notwithstanding the foregoing, the contracting officer may authorize the contractor to solicit or perform thistype of work (except work in the same or similar technical area) if the contracting officer determines that the situation willnot pose a potential for technical bias or unfair competitive advantage.

(d) Disclosure after award.

H-I

Page 31: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section H

(1) The contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in thiscontract, that it does not have any organizational conflicts of interest as defined in 48 CFR 2009.570-2.

(2) The contractor agrees that if, after award, it discovers organizational conflicts of interest with respect to thiscontract, it shall make an immediate and full disclosure in writing to the contracting officer. This statement must includea description of the action which the contractor has taken or proposes to take to avoid or mitigate such conflicts. TheNRC may, however, terminate the contract if termination is in the best interest of the Government.

(3) It is recognized that the scope of work of a task-order-type contract necessarily encompasses a broadspectrum of activities. Consequently, if this is a task-order-type contract, the contractor agrees that it will disclose allproposed new work involving NRC licensees or applicants which comes within the scope of work of the underlyingcontract. Further, if this contract involves work at a licensee or applicant site, the contractor agrees to exercisediligence to discover and disclose any new work at that licensee or applicant site. This disclosure must be made beforethe submission of a bid or proposal to the utility or other regulated entity and must be received by the NRC at least 15days before the proposed award date in any event, unless a written justification demonstrating urgency and duediligence to discover and disclose is provided by the contractor and approved by the contracting officer. The disclosuremust include the statement of work, the dollar value of the proposed contract, and any other documents that are neededto fully describe the proposed work for the regulated utility or other regulated entity. NRC may deny approval of thedisclosed work only when the NRC has issued a task order which includes the technical area and, if site-specific, thesite, or has plans to issue a task order which includes the technical area and, if site-specific, the site, or when the workviolates paragraphs (c)(2), (c)(3) or (c)(4) of this section.

(e) Access to and use of information.

(1) If in the performance of this contract, the contractor obtains access to information, such as NRC plans,policies, reports, studies, financial plans, internal data protected by the Privacy Act of 1974 (5 U.S.C. Section 552a(1988)), or the Freedom of Information Act (5 U.S.C. Section 552 (1986)), the contractor agrees not to:

(i) Use this information for any private purpose until the information has been released to the public;

(ii) Compete for work for the Commission based on the information for a period of six months after either thecompletion of this contract or the release of the information to the public, whichever is first;

(iii) Submit an unsolicited proposal to the Government based on the information until one year after the releaseof the information to the public; or

(iv) Release the information without prior written approval by the contracting officer unless the information haspreviously been released to the public by the NRC.

(2) In addition, the contractor agrees that, to the extent it receives or is given access to proprietary data, dataprotected by the Privacy Act of 1974 (5 U.S.C. Section 552a (1988)), or the Freedom of Information Act (5 U.S.C.Section 552 (1986)), or other confidential or privileged technical, business, or financial information under this contract,the contractor shall treat the information in accordance with restrictions placed on use of the information.

(3) Subject to patent and security provisions of this contract, the contractor shall have the right to use technicaldata it produces under this contract for private purposes provided that all requirements of this contract have been met.

(f) Subcontracts. Except as provided in 48 CFR 2009.570-2, the contractor shall include this clause, including thisparagraph, in subcontracts of any tier The terms contract, contractor, and contracting officer, must be appropriatelymodified to preserve the Government's rights.

(g) Remedies. For breach of any of the above restrictions, or for intentional nondisclosure or misrepresentation ofany relevant interest required to be disclosed concerning this contract or for such erroneous representations that

H-2

Page 32: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-1 0-1170 Section H

necessarily imply bad faith, the Government may terminate the contract for default, disqualify the contractor fromsubsequent contractual efforts, and pursue other remedies permitted by law or this contract.

(h) Waiver. A request for waiver under this clause must be directed in writing to the contracting officer inaccordance with the procedures outlined in 48 CFR 2009.570-9.

(i) Follow-on effort. The contractor shall be ineligible'to participate in NRC contracts, subcontracts, or proposalstherefore (solicited or unsolicited), which stem directly from the contractor's performance of work under this contract.Furthermore, unless so directed in writing by the contracting officer, the chntractor may not perform any technicalconsulting or management support services work or evaluation activities under this contract on any of its products orservices or the products or services of another firm if the contractor has been substantially involved in the developmentor marketing of the products or services.

(1) If the contractor, under this contract, prepares a complete or essentially complete statement of work orspecifications, the contractor is not eligible to perform or participate in the initial contractual effort which is based on thestatement of work or specifications. The contractor may not incorporate its products or services in the statement ofwork or specifications unless so directed in writing by the contracting officer, in which case the restrictions in thisparagraph do not apply.

.(2) Nothing in this paragraph precludes the contractor from offering or selling its standard commercial items to theGovernment.

H.2 2052.215-70 KEY PERSONNEL (JAN 1993)

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

Individual Task Orders Will State Key Personnel Designated Under the Task Order.

The contractor agrees that personnel may not be removed from the contract work or replaced without compliance withparagraphs (b) and (c) of this section.

(b) If one or more of the key personnel, for whatever reason, becomes, or is expected to become, unavailable forwork under this contract for a continuous period exceeding 30 work days, or is expected to devote substantially lesseffort to the work than indicated in the proposal or initially anticipated, the contractor shall immediately notify thecontracting officer and shall, subject to the concurrence of the contracting officer, promptly replace the personnel withpersonnel of at least substantially equal ability and qualifications.

(c) Each request for approval of substitutions must be in writing and contain a detailed explanation of thecircumstances necessitating the proposed substitutions. The request must also contain a complete resume for theproposed substitute and other information requested or needed by the contracting officer to evaluate the proposedsubstitution. The contracting officer and the project officer shall evaluate the contractor's request and the contractingofficer shall 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 who have beenreassigned, terminated, or have otherwise become unavailable for the contract work is not reasonably forthcoming, orthat the resultant reduction of productive effort would be so substantial as to impair the successful completion of thecontract or the service order, the contract may be terminated by the contracting officer for default or for the convenience

H-3

Page 33: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section H

of the Government, as appropriate. If the contracting officer finds the contractor at fault for the condition, the contractprice or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, ordamage.

H.3 2052.242-70 RESOLVING NRC CONTRACTOR DIFFERING PROFESSIONAL OPINIONS (AUG2007)

(a) The Nuclear Regulatory Commission's (NRC) policy is to support the contractor's expression of professionalhealth and safety related concerns associated with the contractor's work for NRC that may differ from a prevailing NRCstaff view, disagree with an NRC decision or policy position, or take issue with proposed or established agencypractices. An occasion may arise when an NRC contractor, contractor's personnel, or subcontractor personnelbelieves that a conscientious expression of a competent judgment is required to document such concerns on mattersdirectly associated with its performance of the contract, The NRC's policy is to support these instances as DifferingProfessional Opinions (DPOs).

(b) The procedure that will be used provides for the expression and resolution of differing professional opinions(DPOs) of health and safety-related concerns associated with the mission of the agency by NRC contractors, contractorpersonnel or subcontractor personnel on matters directly associated with its performance of the contract. This procedureis found in Clause 2052.242 71 of this document. The contractor shall provide a copy of the NRC DPO procedure to allof its employees performing under this contract and to all subcontractors who shall, in turn, provide a copy of theprocedure to its employees. The prime contractor or subcontractor shall submit all DPOs received but need notendorse them.

H.4 ;,,.2052.242-71 PROCEDURES FOR RESOLVING NRC CONTRACTOR DIFFERINGPROFESSIONAL OPINIONS (OCT 1999)

(a) The following procedure provides for the expression and resolution of differing professional opinions (DPOs) ofhealth and safety-related concerns of NRC contractors and contrictor personnel on matters connected to the subject ofthe contract. Subcontractor DPOs must be submitted through the prime contractor. The prime contractor orsubcontractor shall submit all DPOs received but need not endorse them.

(b) The NRC may authorize up to ten reimbursable hours for the contractor to document, in writing, and discuss, withthe DPO panel, a DPO by the contractor, the contractor's personnel, or subcontractor personnel. The contractor shallnot be entitled to any compensation for effort on a DPO which exceeds the specified ten hour limit.

(c) The contractor shall notify the contracting officer before incurring costs to document a DPO. The contractor shallnot begin any work on the DPO before receiving a modification to the contract from the NRC contracting officer.

The contractor shall first determine whether there are sufficient funds obligated under the contract which are availableto cover the costs of writing a DPO. If there are insufficient obligated funds under the contract, the contractor shallrequest additional funding from the NRC contracting officer to cover the costs of preparing the DPO. If there aresufficient obligated funds under the contract, the contractor shall notify the contracting officer so that a modification canbe issued that specifies the amount of funding required for the DPO.

(d) Contract funds shall not be authorized to document a differing perspective in the following examples where theuse of this NRC contractor DPO process is inappropriate:

(1) Issues involving allegations of wrongdoing that should be appropriately addressed directly to the NRC Office ofthe Inspector General (OIG);

H-4

Page 34: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

INIRC-04-10-1170 Section H

(2) Issues submitted anonymously. However, safety significant issues that are submitted anonymously should beaddressed under NRC's Allegation Program which can be found at: http://www.nrc.gov/about nrc/regulatory/allegationsresp.html

(3) Issues that are deemed to be frivolous or otherwise not in accordance with the guidance included in NRCManagement Directive (MD) 10.159, "The NRC Differing Professional Opinions Program," which can be found at:http://www.nrc.gov/reading rm/doc collections/management directives/volumes/vol 10.html

(4) Issues that have already been considered, addressed, or rejected by the NRC under these procedures, absentsignificant new information;

(5) Issues that are considered premature because they are still under staff review by the NRC.

(e) This procedure does not provide anonymity, nor does it provide for confidential submittal (as addressed in MD10.159). Individuals desiring anonymity or confidentiality should contact the NRC OIG or submit the information underNRC's Allegation Program, as appropriate.

(f) Prior to submitting a DPO, the contractor or the contractor's employees are encouraged to engage in informaldiscussions with appropriate NRC personnel (which may include NRC staff directly involved with the issues that are thesubject of concerns and the NRC Project Offi'cer.) The contractor hereby agrees that the contractor authorizes itsemployees to engage in informal discussions with the appropriate NRC personnel for purposes of this clause. If theinformal discussions do not resolve the contractor or the contractor's employees' concerns, the contractor shall notify thecontracting officer so that a modification to the contract can be issued that authorizes the expenditure of funds for theDPO.

The contractor may initiate the DPO process by submitting a written statement directly to the NRC DifferingProfessional Opinions Program Manager (DPOPM), Office of Enforcement, with a copy to the Contracting Officer,Division of Contracts, Office of Administration. Each DPO submitted will be evaluated on its own merts. (Refer to (c)above before incurring any costs to initiate the DPO process.)

(g) The DPO, while being brief, must contain the following as it relates to the subject matter of the contract:

(1) A summary of the prevailing NRC view, existing NRC decision or stated position, or the proposed or establishedNRC practice.

(2) A description of the submitter's views and how they differ from any of the above items.

(3) The rationale for the submitter's views, including an assessment of the consequences should the submitter's

position not be adopted by NRC.

(4) References to, or copies of, relevant documents.

(h) The DPOPM will screen the DPO and notify the submitter and the contractor if the DPO is accepted. ReturnedDPOs will identify the reason for return.

(i) The DPOPM will forward the DPO to the Office Director or Regional Administrator responsible for the contract fordisposition.

(j) The Office Director or Regional Administrator will establish an ad hoc panel of NRC employees to review the DPO.

(k) The panel will interview the submitter to ensure that the panel understands the issues and to define the scope ofthe review. The panel will gather information, review documents, and conduct interviews to support a thorough review.

H-5

Page 35: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-ID-170 Section H

The panel will provide a written report of its findings to the Office Director or Regional Administrator and to theContracting Officer, which includes a recommended course of action.

(I) The Office Director or Regional Administrator will consider the DPO panel's report, make a decision on the DPOand provide a written decision to the contractor and the Contracting Officer. The DPO is considered final and closedwhen the DPO Decision is issued.

(m) A summary of the issue and its disposition will be included in the NRC Weekly Information Report.

(n) DPOs will be dispositioned in accordance with the time frames identified in MD 10.159.

(o) The DPOPM will track follow up actions and notify the contractor of any schedule revisions.

(p) The availability of DPO records will reflect the submitter's wishes (e.g., whether the records should or should notbe made public and whether the submitters identity is redacted) and be consistent with NRC practices for makingrecords available to the public.

(q) For purposes of the contract, the DPO shall be considered a deliverable under the contract.

H.5 GOVERNMENT FURNISHED EQUIPMENT/PROPERTY- NONE PROVIDED (JUN 1988)

The Government will not provide any equipment/property under this contract.

H.6 SEAT BELTS

Contractors, subcontractors, and grantees, are encouraged to adopt and enforce on-the-job seat belt policies andprograms for their employees when operating company-owned, rented, or personally owned vehicles.

H.7 Annual and Final Contractor Performance Evaluations

Annual and final evaluations of contractor performance under this contract will be prepared in accordance with FAR42.15, "Contractor Performance Information," normally at the time the contractor is notified of the NRC's intent toexercise the contract option. If the multi-year contract does not have option years, then an annual evaluation will beprepared (state time for annual evaluation). Final evaluations of contractor performance will be prepared at theexpiration of the contract during the contract closeout process.

The Contracting Officer will transmit the NRC Project Officer's annual and final contractor performance evaluations tothe contractors Project Manager, unless otherwise instructed by the contractor. The contractor will be permitted thirtydays to review the document. The contractor may concur without comment, submit additional information, or request ameeting to discuss the performance evaluation. The Contracting Officer may request the contractor's Project Mangerto attend a meeting to discuss the performance evaluation.

Where a contractor concurs with, or takes no exception to an annual performance evaluation, the Contracting Officerwill consider such evaluation final and releasable for source selection purposes. Disagreements between the partiesregarding a performance evaluation will be referred to an individual one level above the Contracting Officer, whosedecision will be final.

The Contracting Officer will send a copy of the completed evaluation report, marked "For Official Use Only," to thecontractor's Project Manager for their records as soon as practicable after it has been finalized. The completed

H-6

Page 36: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 .Section H

evaluation report also will be used as a tool to improve communications between the NRC and the contractor and toimprove contract performance.

The completed annual performance evaluation will be used to support future award decisions in accordance withFAR 42.1502(a) and 42.1503(c). During the period the information is being used to provide source selection information,the completed annual performance evaluation will be released to only two parties - the Federal government personnelperforming the source selection evaluation and the contractor under evaluation if the contractor does not have a copy ofthe report already.

H.8 Compliance with U.S. Immigration Laws and Regulations

NRC contractors are responsible to ensure that their alien personnel are not in violation of United States Immigrationand Naturalization (INS) laws and regulations, including employment authorization documents and visa requirements.Each alien employee of the Contractor must be lawfully admitted for permanent residence as evidenced by AlienRegistration Receipt Card Form 1-151 or must present other evidence from the Immigration and Naturalization Servicesthat employment will not affect his/her immigration status. The INS Office of Business Liaison (OBL) providesinformation to contractors to help them understand the employment eligibility verification process for non-US citizens.This information can be found on the INS website,http://www.ins.usdoj.govlgraphics/services/employerinfo/index.htm#obl.

The NRC reserves the right to deny or withdraw Contractor use or access to NRC facilities or its equipment/services,and/or take any number of contract administrative actions (e.g., disallow costs, terminate for cause) should theContractor violate the Contractor's responsibility under this clause.

H.9 NRC INFORMATION TECHNOLOGY SECURITY TRAINING (AUG 2003)

NRC contractors shall ensure that their employees, consultants, and subcontractors with access to the agency'sinformation technology (IT) equipment and/or IT services complete NRC's online initial and refresher IT security trainingrequirements to ensure that their knowledge of IT threats, vulnerabilities, and associated countermeasures remainscurrent. Both the initial and refresher IT security training courses generally last an hour or less and can be taken duringthe employee's regularly scheduled work day.

Contractor employees, consultants, and subcontractors shall complete the NRC's online, "Computer SecurityAwareness" course on the same day that they receive access to the agency's IT equipment and/or services, as their firstaction using the equipment/service. For those contractor employees, consultants, and subcontractors who are alreadyworking under this contract, the on-line training must be completed in accordance with agency Network Announcementsissued throughout the year 2003 within three weeks of issuance of this modification.

Contractor employees, consultants, and subcontractors who have been granted access to NRC information technologyequipment and/or IT services must continue to take IT security refresher training offered online by the NRC throughoutthe term of the contract. Contractor employees will receive notice of NRC's online IT security refresher trainingrequirements through agency-wide notices.

The NRC reserves the right to deny or withdraw Contractor use or access to NRC IT equipment and/or services, and/ortake other appropriate contract administrative actions (e.g., disallow costs, terminate for cause) should the Contractorviolate the Contractor's responsibility under this clause.

H-7

Page 37: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section H

H.10 SECURITY REQUIREMENTS RELATING TO THE PRODUCTION OF REPORT(S) OR THEPUBLICATION OF RESULTS UNDER CONTRACTS, AGREEMENTS, AND GRANTS

Review and Approval of Reports

(a) Reporting Requirements. The contractor/grantee shall comply with the terms and conditions of the contract/grant.regarding the contents of the draft and final report, summaries, data, and related documents, to include correcting,deleting, editing, revising, modifying, formatting, and supplementing any of the information contained therein, at noadditidnal cost to the NRC. Performance under the contract/grant will not be deemed-accepted or completed until itcomplies with the NRCs directions. The reports, summaries, data, and related documents will be considered draft untilapproved by the NRC. The contractor/grantee agrees that the direction, determinations, and decisions on approval ordisapproval of reports, summaries, data, and related documents created under this contractigrant remain solely withinthe discretion of the NRC.

(b) Publication of Results. Prior to any dissemination, display, publication, or release of articles, reports, summaries,data, or related documents developed under the contract/grant, the contractor/grantee shall submit them to the NRC forreview and approval. The contractor/ grantee shall not release, disseminate, display or publish articles, reports,summaries, data, and related documents, or the contents therein, that have not been reviewed and approved by theNRC for release, display, dissemination or publication. The contractor/grantee agrees to conspicuously place anydisclaimers, markings or notices, directed by the NRC, on any articles, reports, summaries, data, and related documentsthat the'•6ntractor/grantee intends to release, display, disseminate or publish to other persons, the public, or any otherentities. The contractor/grantee agrees, and grants, a royalty-free, nonexclusive, irrevocable worldwide license to thegovernment, to use, reproduce, modify, distribute, prepare derivative works, release, display or disclose the articles,reports, summaries, data, and related documents developed under the contract/grant, for any governmental purposeand to have or authorize others to do so.

(c) Identification/Marking of Sensitive Unclassified and Safeguards Information. The decision, determination, ordirection by the NRC that information possessed, formulated or produced by the contractor/grantee constitutes sensitiveunclassified or safeguards information is solely within the authority and discretion of the NRC. In performing thecontract/grant, the contractor/grantee shall clearly mark sensitive unclassified and safeguards information, to include forexample, AOUO-Allegation Information@ or AOUO-Security Related Information@ on any reports, documents,designs, data, materials, and written information, as directed by the NRC. In addition to marking the information asdirected by the NRC, the contractor shall use the applicable NRC cover sheet (e.g., NRC Form 461 A SafeguardsInformation@) in maintaining these records and documents. The contractor/grantee shall ensure that sensitiveunclassified and safeguards information is handled, maintained and protected from unauthorized disclosure, consistentwith NRC policies and directions. The contractor/grantee shall comply with the requirements to mark, maintain, andprotect all information, including documents, summaries, reports, data, designs, and materials in accordance with theprovisions of Section 147 of the Atomic Energy Act of 1954 as amended, its implementing regulations (10 CFR 73.21),Sensitive Unclassified and Non-Safeguards Information policies, and NRC Management Directive and Handbook 12.6.

(d) Remedies. In addition to any civil, criminal, and contractual remedies available under the applicable laws andregulations, failure to comply with the above provisions, and/or NRC directions, may result in suspension, withholding, oroffsetting of any payments invoiced or claimed by the contractor/grantee. If the contractor/grantee intends to enter intoany subcontracts or other agreements to perform this contract/grant, the contractor/grantee shall include all of the aboveprovisions in any subcontracts or agreements.

H-8

Page 38: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section H

H.11 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOREMPLOYEES (JULY 2006)

(a) The U.S. Nuclear Regulatory Commission (NRC) contractor and its subcontractor are subject to theWhistleblower Employee Protection public law provisions as codified at 42 U.S.C. 5851. NRC contractor(s) andsubcontractor(s) shall comply with the requirements of this Whistleblower Employee Protection law, and theimplementing regulations of the NRC and the Department of Labor (DOL). See, for example, DOL Procedures onHandling Complaints at 29 C.F.R. Part 24 concerning the employer obligations, prohibited acts, DOL procedures and therequirement for prominent;posting of notice of Employee Rights at Appendix A to Part 24.

(b) Under this Whistleblower Employee Protection law, as implemented by regulations, NRC contractor andsubcontractor employees are protected from discharge, reprisal, threats, intimidation, coercion, blacklisting or otheremployment discrimination practices with respect to compensation, terms, conditions or privileges of their employmentbecause the contractor or subcontractor employee(s) has provided notice to the employer, refused to engage in unlawfulpractices, assisted in proceedings or testified on activities concerning alleged violations of the Atomic Energy Act of1954 (as amended) and the Energy Reorganization Act of 1974 (as amended).

(c) The contractor shall insert this or the substance of this clause in any subcontracts involving work performed underthis contract.

H-9

Page 39: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section I

PART II - CONTRACT CLAUSES

SECTION I - CONTRACT CLAUSES

1.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

The following contract clauses pertinent to this section are hereby incorporated by reference (by CitationNumber, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BYREFERENCE" in Section I of this contract. See FAR 52.252-2 for an intemet address (if specified) for electronic accessto the full text of a clause.

NUMBER TITLE DATEFEDERAL ACQUISITION REGULATION (48 CFR Chapter 1)

52.202-1 DEFINITIONS JUL 200452.203-3 GRATUITIES APR 198452.203-5 COVENANT AGAINST CONTINGENT FEES APR 198452.203-7 ANTI-KICKBACK PROCEDURES . JUL 199552.203-8 CANCELLATION, RESCISSION, AND RECOVERY JAN 1997

OF FUNDS FOR ILLEGAL OR IMPROPERACTIVITY

52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR JAN 1997IMPROPER ACTIVITY

52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE SEP 2007CERTAIN FEDERAL TRANSACTIONS

52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND DEC 2008CONDUCT

52.204-2 SECURITY REQUIREMENTS AUG 199652.204-4 PRINTED OR COPIED DOUBLE-SIDED AUG 2000

ON RECYCLED PAPER52.204-7 CENTRAL CONTRACTOR REGISTRATION APR 200852.209-6 PROTECTING THE GOVERNMENTS INTEREST SEP 2006

WHEN SUBCONTRACTING WITH CONTRACTORSDEBARRED, SUSPENDED, OR PROPOSED FORDEBARMENT

52.215-2 AUDIT AND RECORDS-NEGOTIATION MAR 200952.215-8 ORDER OF PRECEDENCE-UNIFORM CONTRACT OCT 1997

FORMAT52.216-8 FIXED-FEE MAR 199752.216-11 COST CONTRACT-NO FEE APR 198452.219-4 NOTICE OF PRICE EVALUATION PREFERENCE JUL 2005

FOR HUBZONE SMALL BUSINESS CONCERNS52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS MAY 200452.219-9B SMALL BUSINESS SUBCONTRACTING PLAN APR 2008

ALTERNATE II (OCT 2001)52.219-16 LIQUIDATED DAMAGES-SMALL BUSINESS JAN 1999

SUBCONTRACTING PLAN52.219-25 SMALL DISADVANTAGED BUSINESS APR 2008

PARTICIPATION PROGRAM--DISADVANTAGED

I-1

Page 40: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Set-Section I

52.222-352.222-2152.222-2652.222-2952.222-35

52.222-36

52.222-37

52.222-5052.223-652.223-15

52.225-552.225-13

52.227-152.227-2

52.227-1452.227-1752.228-752.232-952.232-1752.232-192.232-2252.232-2352.232-25A

52.232-33

52.233-152.233-3

52.233-4

52.237-352.242-152.242-352.242-452.242-1352.243-2

52.244-2A

52.244-552.244-652.245-152.245-952.246-25

STATUS AND REPORTINGCONVICT LABORPROHIBITION OF SEGREGATED FACILITIESEQUAL OPPORTUNITYNOTIFICATION OF VISA DENIALEQUAL OPPORTUNITY FOR SPECIAL DISABLEDVETERANS, VETERANS OF THE VIETNAM ERA,AND OTHER ELIGIBLE VETERANSAFFIRMATIVE ACTION FOR WORKERS.WITH.DISABILITIES.EMPLOYMENT REPORTS ON SPECIAL DISABLEDVETERANS, VETERANS OF THE VIETNAM ERA,AND OTHER ELIGIBLE VETERANSCOMBATING TRAFFICKING IN PERSONSDRUG-FREE WORKPLACEENERGY EFFICIENCY IN ENERGY-CONSUMINGPRODUCTSTRADE AGREEMENTSRESTRICTIONS ON CERTAIN FOREIGNPURCHASESAUTHORIZATION AND CONSENTNOTICE AND ASSISTANCE REGARDING PATENTAND COPYRIGHT INFRINGEMENTRIGHTS IN DATA-GENERALRIGHTS IN DATA-SPECIAL WORKSINSURANCE-LIABILITY TO THIRD PERSONSLIMITATION ON WITHHOLDING OF PAYMENTSINTERESTAVAILABILITY OF FUNDS FOR THE NEXT FYLIMITATION OF FUNDSASSIGNMENT OF CLAIMSPROMPT PAYMENTALTERNATE I (FEB 2002)PAYMENT BY ELECTRONIC FUNDS-CENTRALCONTRACTOR REGISTRATIONDISPUTESPROTEST AFTER AWARDALTERNATE I (JUN 1985)APPLICABLE LAW FOR BREACH OFCONTRACT CLAIMCONTINUITY OF SERVICESNOTICE OF INTENT TO DISALLOW COSTSPENALTIES FOR UNALLOWABLE COSTSCERTIFICATION OF FINAL INDIRECT COSTSBANKRUPTCYCHANGES-COST REIMBURSEMENTALTERNATE I (APR 1984)SUBCONTRACTSALTERNATE I (JUNE 2007)COMPETITION IN SUBCONTRACTINGSUBCONTRACTS FOR COMMERCIAL ITEMSGOVERNMENT PROPERTYUSE AND CHARGESLIMITATION OF LIABILITY-SERVICES

JUN 2003FEB 1999MAR 2007JUN 2003SEP 2006

JUN 1998

SEP 2006

FEB 2009MAY 2001DEC 2007

AUG 2009JUN 2008

DEC 2007DEC 2007

DEC 2007DEC 2007MAR 1996APR 1984OCT 2008APR 1984APR 1984JAN 1986OCT 2008

,OCT 2003

JUL 2002AUG 1996

OCT 2004

JAN 1991APR 1984,MAY 2001JAN 1997JUL 1995AUG 1987

JUN 2007

DEC 1996DEC 2009JUN 2007JUN 2007FEB 1997

1-2

Page 41: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section I

52.248-1 VALUE ENGINEERING FEB 200052.249-6 TERMINATION (COST-REIMBURSEMENT) MAY 200452.253-1 COMPUTER GENERATED FORMS JAN 1991

1.3 52.216-7 ALLOWABLE COST AND PAYMENT (DEC 2002)

(a) Invoicing.

(1) The Government will make payments to the Contractor when requested as work- progresses, but (except forsmall business concerns) not more often than once every 2 weeks, in amounts determined to be allowable by theContracting Officer in accordance with Federal Acquisition Regulation (FAR) Subpart 31.2 in effect on the date of thiscontract and the terms of this contract. The Contractor may submit to an authorized representative of the ContractingOfficer, in such form and reasonable detail as the representative may require, an invoice or voucher supported by astatement of the claimed allowable cost for performing this contract.

(2) Contract financing payments are not subject to the interest penalty provisions of the Prompt Payment Act.Interim payments made prior to the final payment under the contract are contract financing payments, except interimpayments if this contract contains Alternate I to the clause at 52.232-25.

(3) The designated payment office will make interim payments for contract financing ,on the day after the designatedbilling office receives a proper payment request.

In the event that the Government requires an audit or other review of a specific payment request to ensurecompliance with the terms and conditions of the contract, the designated payment office is not compelled to makepayment by the specified due date.

(b) Reimbursing costs.

(1) For the purpose of reimbursing allowable costs (except as provided in paragraph (b)(2) of the clause, withrespect to pension, deferred profit sharing, and employee stock ownership plan contributions), the term "costs" includesonly-

(i) Those recorded costs that, at the time of the request for reimbursement, the Contractor has paid by cash,check, or other form of actual payment for items or services purchased directly for the contract;

(ii) When the Contractor is not delinquent in paying costs of contract performance in the ordinary course ofbusiness, costs incurred, but not necessarily paid, for--

(A) Supplies and services purchased directly for the contract and associated financing payments tosubcontractors, provided payments determined due will be made-

(1) In accordance with the terms and conditions of a subcontract or invoice; and

(2) Ordinarily within 30 days of the submission of the Contractors payment request to the Government;

(B) Materials issued from the Contractor's inventory and placed in the production process for use on thecontract;

(C) Direct labor;

(D) Direct travel;

(E) Other direct in-house costs; and

1-3

Page 42: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section I

(F) Properly allocable and allowable indirect costs, as shown in the records maintained by the Contractor forpurposes of obtaining reimbursement under Government contracts; and

(iii) The amount of financing payments that have been paid by cash, check, or other forms of payment tosubcontractors.

(2) Accrued costs of Contractor contributions under employee pension plans shall be excluded until actually paid

unless-

(i) The Contractors practice, is to make contributions to the retirement fund quarterly or more frequently; and

(ii) The contribution does not remain unpaid 30 days after the end of the applicable quarter or shorter paymentperiod (any contribution remaining unpaid shall be excluded from the Contractor's indirect costs for payment purposes).

(3) Notwithstanding the audit and adjustment of invoices or vouchers under paragraph (g) of this clause, allowableindirect costs under this contract shall be obtained by applying indirect cost rates established in accordance withparagraph (d) of this clause.

(4) Any statements in specifications or other documents incorporated in this contract by reference designatingperformance:of services or furnishing of materials at the Contractor's expense or at no cost to the Government shall bedisregarded for purposes of cost-reimbursement under this clause.

(c) Small business concerns. A small business concern may receive more frequent payments than every 2 weeks.

(d) Final indirect cost rates.

(1) Final annual indirect cost rates and the appropriate bases shall be established in accordance with Subpart 42.7of the Federal Acquisition Regulation (FAR) in effect for the period covered by the indirect cost rate proposal.

(2)(i) The Contractor shall submit an adequate final indirect cost rate proposal to the Contracting Officer (orcognizant Federal agency official) and auditor within the 6-month period following the expiration of each of its fiscalyears. Reasonable extensions, for exceptional circumstances only, may be requested in writing by the Contractor andgranted in writing by the Contracting Officer. The Contractor shall support its proposal with adequate supporting data.

(ii) The proposed rates shall be based on the Contractor's actual cost experience for that period. Theappropriate Government representative and the Contractor shall establish the final indirect cost rates as promptly aspractical after receipt of the Contractor's proposal.

(3) The Contractor and the appropriate Government representative shall execute a written understanding settingforth the final indirect cost rates. The understanding shall specify (i) the agreed-upon final annual indirect cost rates, (ii)the bases to which the rates apply, (iii) the periods for which the rates apply, (iv) any specific indirect cost items treatedas direct costs in the settlement, and (v) the affected contract and/or subcontract, identifying any with advanceagreements or special terms and the applicable rates. The understanding shall not change any monetary ceiling,contract obligation, or specific cost allowance or disallowance provided for in this contract. The understanding isincorporated into this contract upon execution.

(4) Failure by the parties to agree on a final annual indirect cost rate shall be a dispute within the meaning of theDisputes clause.

(5) Within 120 days (or longer period if approved in writing by the Contracting Officer) after settlement of the finalannual indirect cost rates for all years of a physically complete contract, the Contractor shall submit a completion invoiceor voucher to reflect the settled amounts and rates.

1-4

Page 43: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section I(6)(i) If the Contractor fails to submit a completion invoice or voucher within the time specified in paragraph (d) (5) of

this clause, the Contracting Officer may--

(A) Determine the amounts due to the Contractor under the contract; and

(B) Record this determination in a unilateral modification to the contract.

(iH) This determination constitutes the final decision of the Contracting Officer in accordance with the Disputesclause.

(e) Billing rates. Until final annual indirect cost rates are established for any period, the Government shall reimbursethe Contractor at billing rates established by the Contracting Officer or by an authorized representative (the cognizantauditor), subject to adjustment when the final rates are established. These billing rates-

(1) Shall be the anticipated final rates; and

(2) May be prospectively or retroactively revised by mutual agreement, at either party's request, to preventsubstantial overpayment or underpayment.

(f) Quick-closeout procedures. Quick-closeout procedures are applicable when the conditions in FAR 42.708(a) aresatisfied.

(g) Audit. At any time or times before final payment, the Contracting Officer may have the Contractor's invoices orvouchers and statements of cost audited. Any payment may be (1) reduced by amounts found by the ContractingOfficer not to constitute allowable costs or (2) adjusted for prior overpayments or underpayments.

(h) Final payment. (1) Upon approval of a completion invoice or voucher submitted by the Contractor in accordancewith paragraph (dX5) of this clause, and upon the Contractor's compliance with all terms of this contract, theGovernment shall promptly pay any balance of allowable costs and that part of the fee (if any) not previously paid.

(2) The Contractor shall pay to the Government any refunds, rebates, credits, or other amounts (including interest,if any) accruing to or received by the Contractor or any assignee under this contract, to the extent that those amounts areproperly allocable to costs for which the Contractor has been reimbursed by the Government. Reasonable expensesincurred by the Contractor for securing refunds, rebates, credits, or other amounts shall be allowable costs if approved.by the Contracting Officer. Before final payment under this contract, the Contractor and each assignee whoseassignment is in effect at the time of final payment shall execute and deliver-

(i) An assignment to the Government, in form and substance satisfactory to the Contracting Officer, of refunds,rebates, credits, or other amounts (including interest, if any) properly allocable to costs for which the Contractor hasbeen reimbursed by the Government under this contract; and

(ii) A release discharging the Government, its officers, agents, and employees from all liabilities, obligations, andclaims arising out of or under this contract, except-

(A) Specified claims stated in exact amounts, or in estimated amounts when the exact amounts are not known;

(B) Claims (including reasonable incidental expenses) based upon liabilities of the Contractor to third partiesarising out of the performance of this contract; provided, that the claims are not known to the Contractor on the date ofthe execution of the release, and that the Contractor gives notice of the claims in writing to the Contracting Officer withiný6 years following the release date or notice of final payment date, whichever is earlier; and

(C) Claims for reimbursement of costs, including reasonable incidental expenses, incurred by the Contractorunder the patent clauses of this contract, excluding, however, any expenses arising from the Contractor'sindemnification of the Government against patent liability.

1-5

Page 44: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section I

1.4 52.216-18 ORDERING (OCT 1995)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders ortask orders by the individuals or activities designated in the Schedule. Such orders may be issued from August 23, 2010through August 22, 2015.

(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflictbetween a delivery order or task order and this contract, the contract shall control.

(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail.Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.

1.5 52.216-19 ORDER LIMITATIONS (OCT 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount ofless than $50,000, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, thosesupplies or services under the contract.

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

(1) Any order for a single item in excess of $5,000,000;

(2) Any order for a combination of items in excess of $5,000,000; or

(3) A seres of orders from the same ordering office within 60 days that together call for quantities exceeding thelimitation in paragraph (b)(1) or (2) of this section.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the FederalAcquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from theContractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding themaximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 daysafter issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons.Upon receiving this notice, the Government may acquire the supplies or services from another source.

1.6 52.216-22 INDEFINITE QUANTITY (OCT 1995)

(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, inthe Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are notpurchased by this contract.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Orderingclause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in theSchedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall orderat least the quantity of supplies or services designated in the Schedule as the "minimum."

1-6

Page 45: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section I(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the

number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations orperformance at multiple locations.

(d) Any order issued during the effective period of this contract and not completed within that period shall becompleted by the Contractor within the time specified in the order. The contract shall govern the Contractor's andGovernment's rights and obligations with respect to that order to the same extent as if the order were completed duringthe contract's effective period; provided, that the Contractor shall not be required to make any deliveries under thiscontract after .

1.7 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in thecontract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary ofLabor. The option provision may be exercised more than once, but the total extension of performance hereunder shallnot exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor Within 60days.

1.8 52.21 7-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 60 days from theend of the performance period; provided that the Government gives the Contractor a preliminary written notice of its.intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Governmentto an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5)years and six (6) months.

1.9 52.219-26 SMALL DISADVANTAGED BUSINESS PARTICIPATION PROGRAM-INCENTIVESUBCONTRACTING (OCT 2000)

(a) Of the total dollars it plans to spend under subcontracts, the Contractor has committed itself in its offer to try toaward a certain amount to small disadvantaged business concerns in the North American Industry Classification System(NAICS) Industry Subsectors as determined by the Department of Commerce.

(b) If the Contractor exceeds its total monetary target for subcontracting to small disadvantaged business concerns inthe authorized SIC Major Groups, it will receive percent of the dollars in excess of the monetary target, unless theContracting Officer determines that the excess was not due to the Contractor's efforts (e.g., a subcontractor cost overruncaused the actual subcontract amount to exceed that estimated in the offer, or the excess was caused by the award ofsubcontracts that had been planned but had not been disclosed in the offer during contract negotiations).Determinations made under this paragraph are not subject to the Disputes clause of this contract.-

(c) If this is a cost-plus-fixed-fee contract, the sum of the fixed fee and the incentive fee earned under this contractmay not exceed the limitations in subsection 1 5.404-4 of the Federal Acquisition Regulation.

1-7

Page 46: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section I

1.10 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009)

(a) Definitions. As used in this clause-

Long-term contract means a contract of more than five years in duration, including options. However, the term doesnot include contracts that exceed five years in duration because the period of performance has been extended for acumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or otherappropriate authority.

Small business concern means a concern, including its affiliates, that is independently owned and operated, notdominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business underthe criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant inits field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of businessactivity in which a number of business concerns are primarily engaged. In determining whether dominance exists,consideration shall be given to all appropriate factors, including volume of business, number of employees, financialresources, competitive status or position, ownership or control of materials, processes, patents, license agreements,facilities, sales territory, and nature of business activity.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractorshall re-represent its size status according to paragraph (e) of this clause or, if applicable,, paragraph (g) of this clause,upon the occurrence of any of the following:

(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract toinclude this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification

of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.

(3) For long-term contracts-

(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of thisrerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to thiscontract. The small business size standard corresponding to this NAICS code can be found athttp://www.sba.gov/services/contractingopportunitieslsizestandardstopics/.

(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for acontract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the re-representation required byparagraph (b) of this clause by validating or updating all its representations in the Online Representations andCertifications Application and its data in the Central Contractor Registration, as necessary, to ensure that they reflect theContractors current status. The Contractor shall notify the contracting office in writing within the timeframes specified inparagraph (b) of this clause that the data have been validated or updated, and provide the date of the validation orupdate.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, theContractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

1-8

Page 47: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 •Section I

(g) If the Contractor-does not have representations and certifications in ORCA, or does not have a represertation inORCA for the NAICS code applicable to this contract, the Contractor is required to complete the followingre-representation and submit it to the contracting office, along with the contract number and the date on which there-representation was completed:

The Contractor represents that it [ ] is, [ is not a small business concern under NAICS Code assigned to contractnumber NRC-04-10-170.

[Contractor to sign and date and insert authorized signer's name and title].

1.11 52.227-23 RIGHTS TO PROPOSAL DATA (TECHNICAL) (JUN 1987)

Except for data contained in the Commercial Proposal, it is agreed that as a condition of award of this contract, andnotwithstanding the conditions of any notice appearing thereon, the Government shall have unlimited rights (as definedin the "Rights in Data-General" clause contained in this contract) in and to the technical data contained in the proposaldated January 19, 2010 upon which this contract is based.

1.12 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)

Funds are not presently available for performance under this contract beyond February 2011. The Government'sobligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds fromwhich payment for contract purposes can be made. No legal liability on the part of the Government for any paymentmay arise for performance under this contract beyond, until funds are made available to the Contracting Officer forperformance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.

1.16 52.249-14 EXCUSABLE DELAYS (APR 1984)

(a) Except for defaults of subcontractors at any tier, the Contractor shall not be in default because of any failure toperform this contract under its terms if the failure arises from causes beyond the control and without the fault ornegligence of the Contractor. Examples of these causes are (1) acts of God or of the public enemy, (2) acts of theGovernment in either its sovereign or contractual capacity, (3) fires, (4) floods, (5) epidemics, (6) quarantine restrictions,(7) strikes, (8) freight embargoes, and (9) unusually severe weather. In each instance, the failure to perform must bebeyond the control and without the fault or negligence of the Contractor. "Default" includes failure to make progress inthe work so as to endanger performance.

(b) If the failure to perform is caused by the failure of a subcontractor at any tier to perform or make progress, and ifthe cause of the failure was beyond the control of both the Contractor and subcontractor, and without the fault ornegligence of either, the Contractor shall not be deemed to be in default, unless-

(1) The subcontracted supplies or services were obtainable from other sources;

(2) The Contracting Officer ordered the Contractor in writing to purchase these supplies or services from the othersource; and

(3) The Contractor failed to comply reasonably with this order.

(c) Upon request of the Contractor, the Contracting Officer shall ascertain the facts and extent of the failure. If theContracting Officer determines that any failure to perform results from one or more of the causes above, the deliveryschedule shall be revised, subject to the rights of the Government under the termination clause of this contract.

1-9

Page 48: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section I

1.14 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given infull text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may beaccessed electronically at this/these address(es):

http://www.amet.gov/far

1-10

Page 49: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

NRC-04-10-170 Section J

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

SECTION J - LIST OF ATTACHMENTS

ATTACHMENTNUMBERAttachment I -Attachment 11 -Attachment III -Attachment IV -

NO.TITLE PAGES

Cost Reimbursement Billing Instructions 848 CFR Part 2009 - OrganizatiOnal Conflicts of Interest 15NRC Form 187 Contract Security and/or Classification Requirements 4Subcontracting Plan dated 8/9/2010 8

J-1

Page 50: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

ATTACHMENT I

BILLING INSTRUCTIONS FORCOST REIMBURSEMENT TYPE CONTRACTS (JUNE 2008)

General: During performance and through final payment of this contract, the contractor isresponsible for the accuracy and completeness of data within the Central ContractorRegistration (CCR) database and for any liability resulting from the Government's reliance oninaccurate or incomplete CCR data.

The contractor shall prepare vouchers/invoices for reimbursement of costs in the manner andformat described herein. FAILURE TO SUBMIT VOUCHERS/INVOICES IN ACCORDANCEWITH THESE INSTRUCTIONS WILL RESULT IN REJECTION OF THE VOUCHER/INVOICEAS IMPROPER.

Number of Copies: A signed original and supporting documentation shall be submitted. If thevoucher/invoice includes the purchase of any property with an initial acquisition cost of $50,000or more, a copy of the signed original is also required.

Designated Agency Billing Office: The preferred method of submitting vouchers/invoices iselectronically to the Department of the Interior at NRCPayments(,nbc.oov

If the voucher/invoice includes the purchase of capital property with an initial acquisition cost of$50,000 or more, a copy of the signed original shall be electronically sent to: Propertvynrc.gov

However, if you submit a hard-copy of the voucher/invoice, it shall be submitted to the followingaddress:

Department of the InteriorNational Business CenterAttn: Fiscal Services Branch - D27707301 West Mansfield AvenueDenver, CO 80235-2230

If you submit a hard-copy of the voucher/invoice and it includes the purchase of capital propertywith an initial acquisition cost of $50,000 or more, a copy-of the signed original shall be mailedto the following address:

U.S. Nuclear Regulatory CommissionNRC Property Management OfficerMail Stop: O-4D15Washington, DC 20555-0001

HAND-CARRIED SUBMISSIONS WILL NOT BE ACCEPTED

Aaency Payment Office: Payment will continue to be made by the office designated in thecontract in Block 12 of the Standard Form 26, or Block 25 of the Standard Form 33, whicheveris applicable.

.1 of 8

Page 51: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

ATTACHMENT

BILLING INSTRUCTIONS FORCOST REIMBURSEMENT TYPE CONTRACTS (JUNE 2008)

Frequency: The contractor shall submit claims for reimbursement once each month, unless,otherwise authorized by the Contracting Officer.

Format: Claims shall be submitted in the format depicted on the attached sample form entitled"ýV-oucher/Invoice for Purchases and Services Other than Personal" (see Attachment 1). Thesample format is provided for guidance only. The format is not required for submission of avoucher/invoice. Alternate formats are permissible provided all requirements of the billinginstructions are addressed. The instructions for preparation and itemization of thevoucher/invoice are included With the sample form.

Task Ordering Contracts: If the contractor bills for more than one task order under avoucher/invoice, detailed cost information for each individual task order shall be submitted,together with a cumulative summary of all charges billed on the voucher/invoice. This includesall applicable cost elements discussed in paragraphs (a) through (n) of the attached instructions.

Fee Recovery Billings: Pursuant to the provisions of 10 CER Part 170 and 171 on licensefees, the NRC must recover the cost of work performed. Accordingly, the contractor mustprovide the total amount of funds billed during the period, fiscal year to date and the cumulativetotal for each task or task assignment by facility or report. The fee recovery billing reports shallbe on a separate page, and shall be in the format provided (see Attachment 1). The billingperiod for fee recovery costs should be from the first day of each calendar month to the last dayof the same month. Each separate fee billing report must be attached to the monthly invoiceand cover the same period as the invoice.

Each report will contain a docket number or other unique identifier. The NRC will provide aunique identifier for all work performed. Costs should be reported as whole number to thenearest cent. For work that involves more than one facility at the same site, each facility shouldbe listed separately and the costs should be split appropriately between the facilities. Commoncosts, as defined below, shall be identified as a separate line item in the fee recovery billingreport each month.

Common costs are those costs that are not licensee unique and associated with theperformance of an overall program that benefit all similar licensees covered under that programor that are required to satisfactorily carry out the program. Common costs include costsassociated with the following: preparatory or start-up efforts to interpret and reach agreementon methodology, approach, acceptance criteria, regulatory position, or technical reportingrequirements; efforts associated with the "lead plant" concept that might be involved during thefirst one or two plant reviews; meetings and discussions involving the above efforts to provideorientation, background knowledge or guidance during the course of a programr; any technicaleffort applied to a docket or other unique identifier; and project management. Common costsmust be reporting monthly for each docket or unique identifier. Common costs must be

2 of 8

Page 52: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

ATTACHMENT

BILLING INSTRUCTIONS FORCOST REIMBURSEMENT TYPE CONTRACTS (JUNE 2008)

computed based on the proportion of direct costs incurred against each docket or uniqueidentifier for the billing period.

Billing of Cost after Expiration of Contract: If costs are incurred during the contract periodand claimed after the contract has expired, you must cite the period during which these costswere incurred. To be considered a proper expiration voucher/invoice, the contractor shallclearly mark it "EXPIRATION VOUCHER" or "EXPIRATION INVOICE".

Final vouchers/invoices shall be marked "FINAL VOUCHER" or "FINAL INVOICE".

Currency: Billings may be expressed in the currency normally used by the contractor inmaintaining his accounting records and payments will be made in that currency. However, theU.S. dollar equivalent for all vouchers/invoices paid under the contract may not exceed the totalU.S. dollars authorized in the contract.

Supersession: These instructions supersede any previous billing instructions.

R:txtselden\billing instructions CR revised 2008

3 of 8

Page 53: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

ATTACHMENT 1TO BILLING INSTRUCTIONS

(SAMPLE FORMAT)

COST REIMBURSEMENT TYPE CONTRACTS (JUNE 2008)INVOICE/ VOUCHER FOR PURCHASES AND SERVICES OTHER THAN PERSONAL

1. Official Agency Billina Office

Department of the InteriorNational Business CenterAttn: Fiscal Services Branch - D27707301 West Mansfield AvenueDenver, CO 80235-2230

2. Voucher Information

a. Payee's DUNS Number or DUNS+4. The Payee shall include the Payee's Data UniversalNumber (DUNS) or DUNS+4 number that identifies the Payee's name and address. TheDUNS+4 number is the DUNS number plus a 4-character suffix that may be assigned at thediscretion of the Payee to identify alternative Electronic Funds Transfer (EFT) accounts for thesame parent concern.

b. Payee's Name and Address. Show the name of the Payee as it appears in the contract andits correct address. If the Payee assigns the proceeds of this contract as provided for in theassignment of claims terms of this contract, the Payee shall require as a condition of any suchassignment, that the assignee shall register separately in the Central Contractor Registration(CCR) database at http://www.ccr.gov and shall be paid by EFT in accordance with the terms ofthis contract. See Federal Acquisition Regulation 52.232-33(g) Payment by Electronic FundsTransfer - Central Contractor Registration (October 2003).

c. Contract Number. Insert the NRC contract number.Task Order No. Insert the task order number (If Applicable).

d. Voucher/Invoice. The appropriate sequential number of the voucher/invoice, beginning with001 should be designated. Contractors may also include an individual internal accountingnumber, if desired, in addition to the 3-digit sequential number.

e. Date of Voucher/Invoice. Insert the date the voucher/invoice is prepared.

f. Billing period. Insert the beginning and ending dates (day, month, year) of the period duringwhich costs were incurred and for which reimbursement is claimed.

4 of 8

Page 54: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

ATTACHMENT 1TO BILLING INSTRUCTIONS

(SAMPLE FORMAT)

COST REIMBURSEMENT TYPE CONTRACTS (JUNE 2008)INVOICE/ VOUCHER FOR PURCHASES AND SERVICES OTHER THAN PERSONAL

g. Direct Costs - Insert the amount billed for the following cost elements, adjustments,suspensions, and total amounts, for both the-current billing period and for the cumulative period(from contract. inception to end date of this billing period).

(1) Direct Labor. This consists of salaries and wages paid (or accrued) for directperformance of the contract itemized as follows:

Labor Hrs. CumulativeCate-gor Billed Rate Total Hrs.Billed

(2) Fringe Benefits. This represents fringe benefits applicable to direct labor andbilled as a direct cost. Where a rate is used indicate the rate. Fringe benefits includedin direct labor or in other indirect costfp ools should not be identified here.

(3) Capitalized Non Expendable Equipment. List each item costing $50,000 ormore and having a life expectancy of more than one year. List only those items ofequipment for which reimbursement is requested. For each such item, list the following(as applicable): (a) the item number for the specific piece of equipment listed in theproperty schedule of the contract; or (b) the Contracting Officer's approval letter if theequipment is not covered by the property schedule.

(4) Non-capitalized Equipment, Materials, and Supplies. These are equipment otherthan that described in (3) above, plus consumable materials, supplies. List by category.List items valued at $1,000 or more separately. Provide the item number for each pieceof equipment valued at $1,000 or more.

(5) Premium Pay. This enumeration in excess of the basic hourly rate. (Requireswritten approval of the Contracting Officer.)

(6) Consultants. The supporting information must include the name, hourly or dailyrate of the consultant, and reference the NRC approval (if not specifically approved inthe original contract).

(7) Travel. Total costs associated with each trip must be shown in the followingformat:

Start Date Destination CostsFrom To From To $

(8) Subcontracts. Include separate detailed breakdown of all costs paid to approvedsubcontractors during the billing period.

(9) Other Costs. List all other direct costs by cost element and dollar amountseparately.

5 of 8

Page 55: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

ATTACHMENT ITO BILLING INSTRUCTIONS

(SAMPLE FORMAT)

COST REIMBURSEMENT TYPE CONTRACTS (JUNE 2008)INVOICE/ VOUCHER FOR PURCHASES AND SERVICES OTHER THAN PERSONAL

h. Indirect Costs (Overhead and General and Administrative Expense). Cite the formula(rate and base) in effect in accordance with the terms of the contract, during the time the costswere incurred and for which reimbursement is claimed.

i. Fixed Fee. If the contract provides for a fixed fee, it must be claimed as provided for bythe contract. Cite the formula or method of computation. Include this information as it applies toindividual task orders as well.

The contractor may bill for fixed fee only up to 85% of total fee.

Total Amount Billed. Insert the total amounts claimed for the current and cumulative

periods.

k. Adjustments. For cumulative amount, include outstanding suspensions.

I. Grand Totals.

Further itemization of vouchers/invoices shall only be required for items having specificlimitations set forth in the contract.

3. Sample Voucher Information

This voucher represents reimbursable costs for the billing periodfrom through_.

Amount BilledCurrent PeriodCumulative

(a) Direct Costs(1) Direct labor* .............................(2) Fringe benefits ( %, if computed as percentage) ......(3) Capitalized non-expendable equipment ($50,000 or more - see

instructions)* ......................(4) Non-capitalized equipment, materials, and supplies .............(5) Premium pay (NRC approved overtime) .......(6) Consultants*...................(7) T ravel* ...................................(8) Subcontracts* .............................(9) Other costs* ..............................

Total Direct Costs

6 of 8

Page 56: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

ATTACHMENT ITO BILLING INSTRUCTIONS7

(SAMPLE FORMAT)

COST REIMBURSEMENT TYPE CONTRACTS (JUNE 2008)INVOICE/ VOUCHER FOR PURCHASES AND SERVICES OTHER THAN PERSONAL

(b) Indirect Costs

(A) Overhead __ % of(Indicate Base) .........

(c) Fixed-Fee (Cite Formula):(d) Total Amount Billed .............................(e) Adjustm ents .....................................(f) G rand Totals ....................................

* (Requires Supporting Information -- See Sample below)

SAMPLE SUPPORTING INFORMAT1ON

1) Direct Labor - $2400

Labor Hours CumulativeCateory Billed Rate Total Hrs. BilledSenior Engineer I 100 $14.00 $1400 975

Engineer 50 $10.00 $ 500 465

Computer Analyst 100 $ 5.00 $500 320$2400

3) Capitalized Non-Expendable Equipment

Prototype Spectrometer - item number 1000-01 $60,000

4) Non-capitalized Equipment, Materials, and Supplies

10 Radon tubes @ $110.00 = $1100.00

6 Pairs Electrostatic gloves @ $150.00 = $900.00$2000.00

5) Premium Pay

Walter Murphy - 10 hours @ $10.00 Per Hour = $100(This was approved by NRC in letter dated 6/1/08)

6) Consultants' Fee

Dr. Carney - 1 hour @ $100 $100

7 of 8

Page 57: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

ATTACHMENT 1TO BILLING INSTRUCTIONS

(SAMPLE FORMAT)

COST REIMBURSEMENT TYPE CONTRACTS (JUNE 2008)INVOICE/ VOUCHER FOR PURCHASES AND SERVICES OTHER THAN PERSONAL

7) TravelýtýStart Date6/1/08

DestinationWash., DC

Costs$200

4. FEE RECOVERY BILLING REPORT

FIN:Facility Name or Report Title:TAC or Inspection Report Number:(or other unique identifier)

Docket Number (if applicable):

Perod Fiscal YearCost Incurred To Date Costs

TotalCumulative CostsCost Categories Period Amt.

Labor

Materials

Subcontractor/Consultant

Travel

Other (specify)

Common Costs

Total

Remarks:

8 of 8

Page 58: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

ATTACHMENT II

[Code of Federal Regulations][Title 48, Volume 6][Revised as of October 1, 2003]From the U.S. Government Printing Office via GPO Access[CITE: 48CFR2009.570-l1

[Page 516]

TITLE 48--FEDERAL ACQUISITION REGULATIONS SYSTEM

CHAPTER 20--NUCLEAR REGULATORY COMMISSION

PART 2009--CONTRACTOR QUALIFICATIONS--Table of Contents

Subpart 2009.5--Organizational Conflicts of Interest

Sec. 2009.570-1 Scope of policy.

(a) It is the policy of NRC to avoid, eliminate, or neutralizecontractor organizational conflicts of interest. The NRC achieves thisobjective by requiring all prospective contractors to submitinformationdescribing relationships, if any, with organizations or persons(including those regulated by the NRC) which may give rise to actual orpotential conflicts of interest in the event of contract award.

(b) Contractor conflict of interest determinations cannot be madeautomatically or routinely. The application of sound judgment onvirtually a case-by-case basis is necessary if the policy is to beapplied to satisfy the overall public interest. It is not possible toprescribe in advance a specific method or set of criteria which wouldserve to identify and resolveall of the contractor conflict ofinterestsituations that might arise. However, examples are provided in theregulations in this chapter to guide application of this policyguidance. The ultimate test is as follows: Might the contractor, ifawarded the contract, be placed in a position where its judgment may bebiased, or where it may have an unfair competitive advantage?

(c) The conflict of interest rule contained in this subpart appliesto contractors and offerors only. Individuals or firms who have otherrelationships with the NRC (e.g., parties to a licensing proceeding)arenot covered by the regulations in this chapter. This rule does notapplyto the acquisition of consulting services through the personnelappointment process. NRC agreements with other Govern ment agencies,international organizations, or state, local, or foreign Governments.Separate procedures for avoiding conflicts of interest will be employedin these agreements, as appropriate.

Page 59: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

[Code of Federal Regulations][Title 48, Volume 6][Revised as of October 1, 2003]From the U.S. Government Printing Office via GPO Access[CITE: 48CFR2009.570-2)

[Page 516-517)

TITLE 48--FEDERAL ACQUISITION REGULATIONS SYSTEM

CHAPTER 20--NUCLEAR REGULATORY COMMISSION

PART 2009--CONTRACTOR QUALIFICATIONS--Table of Contents

Subpart 2009.5--Organizational Conflicts of Interest

Sec. 2009.570-2 Definitions.

Affiliates means business concerns which are affiliates of eachother when either directly or indirectly one concern or individualcontrols or has the power to control another, or when a third partycontrols or has the power to control both.

Contract means any contractual agreement or other arrangement withthe NRC except as provided in 2009.570-1(c).

Contractor means any person, firm, unincorporated association,jointventure, co-sponsor, partnership, corporation, affiliates thereof, ortheir successors in interest, including their chief executives,directors, key personnel (identified in the contract), proposedconsultants or subcontractors, which are a party to a contract with theNRC.

Evaluation activities means any effort involving the appraisal of atechnology, process, product, or policy.

Offeror or prospective contractor means any person, firm,unincorporated association, joint venture, co-sponsor, partnership,corporation, or their affiliates or successors in interest, includingtheir chief executives, directors, key personnel, proposed consultants,or subcontractors, submitting a bid or

[[Page 517])

proposal, solicited or unsolicited, to the NRC to obtain a contract.Organizational conflicts of interest means that a relationship

exists whereby a contractor or prospective contractor has present orplanned interests related to the work to be performed under an NRCcontract which:

(1) May diminish its capacity to give impartial, technically sound,objective assistance and advice, or may otherwise result in a biasedwork product; or

(2) May result in its being given an unfair competitive advantage.Potential conflict of interest means that a factual situation

existsthat suggests that an actual conflict of interest may arise from awardof a proposed contract. The term potential conflict of interest is usedto signify those situations that--

Page 60: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

(1) Merit investigation before contract award to ascertain whetheraward would give rise to an actual conflict; or

(2) Must be reported to the contracting officer for investigationifthey arise during contract performance.

Research means any scientific or technical work involvingtheoretical analysis, exploration, or experimentation.

Subcontractor means any subcontractor of any tier.who performs workunder a contract with the NRC except subcontracts for supplies andsubcontracts in amounts not exceeding $10,000.

Technical consulting and management support services means internalassistance to a component of the NRC in the formulation oradministration of its programs, projects, or policies which normallyrequire that the contractor be given access to proprietary informationor to information that has not been made available to the public. Theseservices typically include assistance in the preparation of programplans, preliminary designs, specifications, or statements of work.

Page 61: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

[Code of Federal Regulations][Title 48, Volume 6][Revised as of October 1, 2003)From the U.S. Government Printing Office via GPO Access[CITE: 48CFR2009.570-3]

[Page 517-520)

TITLE 48--FEDERAL ACQUISITION REGULATIONS SYSTEM

CHAPTER 20--NUCLEAR REGULATORY COMMISSION

PART 2009--CONTRACTOR QUALIFICATIONS--Table of Contents

Subpart 2009.5--Organizational Conflicts of Interest

Sec. 2009.570-3 Criteria for recognizing contractor organizationalconflicts of interest.

(a) General. (1) Two questions will be asked in determining whetheractual or potential organizational conflicts of interest exist:

(i) Are there conflicting roles which might bias an offeror's orcontractor's judgment in relation to its work for the NRC?

(ii) May the offeror or contractor be given an unfair competitiveadvantage based on the performance of the contract?

(2) NRC's ultimate determination that organizational conflicts ofinterest exist will be made in light of common sense and good businessjudgment based upon the relevant facts. While it is difficult toidentify and to prescribe in advance a specific method for avoiding allof the various situations or relationships that might involve potentialorganizational conflicts of interest, NRC personnel will pay particularattention to proposed contractual requirements that call for therendering of advice, consultation or evaluation activities, or similaractivities that directly lay the groundwork for the NRC's decisions onregulatory activities, future procurements, and research programs. Anywork performed at an applicant or licensee site will also be closelyscrutinized by the NRC staff.

(b) Situations or relationships. The following situations orrelationships may give rise to organizational conflicts of interest:

(1) The offeror or contractor shall disclose information that maygive rise to organizational conflicts of interest under the followingcircumstances. The information may include the scope of work orspecification for the requirement being performed, the period ofperformance, and the name and telephone number for a point of contactatthe organization knowledgeable about the commercial contract.

(i) Where the offeror or contractor provides advice andrecommendations to the NRC in the same technical area where it is alsoproviding consulting assistance to any organization regulated by theNRC.

(ii) Where the offeror or contractor provides advice to the NRC onthe same or similar matter on which it is also providing assistance toany organization regulated by the NRC.

(iii) Where the offeror or contractor evaluates its own products orservices,

Page 62: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

[[Page 518)]

or has been substantially involved in the development or marketing ofthe products or services of another entity.

(iv) Where the award of a contract would result in placing theofferor or contractor in a conflicting role in which its judgment maybebiased in relation to its work for the NRC, or would result in anunfaircompetitive advantage for the offeror or contractor.

(v) Where the offeror or contractor solicits or performs work at anapplicant or licensee site while performing work in the same technicalarea for the NRC at the same site.

(2) The contracting officer may request specific information fromanofferor or contractor or may require special contract clauses such asprovided in 2009.570-5(b) in the following circumstances:

(i) Where the offeror or contractor prepares specifications thatareto be:,used in competitive procurements of products or services coveredby the specifications.

(ii) Where the offeror or contractor prepares plans for specificapproaches or methodologies that are to be incorporated intocompetitiveprocurements using the approaches or methodologies.

(iii) Where the offeror or contractor is granted access toinformation not available to the public concerning NRC plans, policies,or programs that could form the basis for a later procurement action.

(iv) Where the offeror or contractor is granted access toproprietary information of its competitors.

(v) Where the award of a contract might result in placing theofferor or contractor in a conflicting role in which its judgment maybebiased in relation to its work for the NRC or might result in an unfaircompetitive advantage for the offeror or contractor.

(c) Policy application guidance. The following examples areillustrative only and are not intended to identify and resolve allcontractor organizational conflict of interest situations.

(1) (i) Example. The ABC Corp., in response to a Request ForProposal(RFP), proposes to undertake certain analyses of a reactor component ascalled for in the RFP. The ABC Corp. is one of several companiesconsidered to be technically well qualified. In response to the inquiryin the RFP, the ABC Corp. advises that it is currently performingsimilar analyses for the reactor manufacturer.

(ii) Guidance. An NRC contract for that particular work normallywould not be awarded to the ABC Corp. because the company would beplaced in a position in which its judgment could be biased inrelationship to its work for the NRC. Because there are other well-qualified companies available, there would be no reason for consideringa waiver of the policy.

(2)(i) Example. The ABC Corp., in response to an RFP, proposes toperform certain analyses of a reactor component that is unique to onetype of advanced reactor. As is the case with other technicallyqualified companies responding to the RFP, the ABC Corp. is performingvarious projects for several different utility clients. None of the ABC

Page 63: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

Corp. projects have any relationship to the work called for in the RFP.Based on the NRC evaluation, the ABC Corp. is considered to be the bestqualified company to perform the work outlined in the RFP.

(ii) Guidance. An NRC contract normally could be awarded to the ABCCorp. because no conflict of interest exists which could motivate biaswith respect to the work. An appropriate clause would be included inthecontract to preclude the ABC Corp. from subsequently contracting forwork with the private sector that could create a conflict during theperformance of the NRC contract. For example, ABC Corp. would beprecluded from the performance of similar work for the companydeveloping the advanced reactor mentioned in the example.

(3) (i) Example. The ABC Corp., in response to a competitive RFP,submits a proposal to assist the NRC in revising NRC's guidancedocuments on the respiratory protection requirements of 10 CFR part 20.ABC Corp. is the only firm determined to be technically acceptable. ABCCorp. has performed substantial work for regulated utilities in thepastand is expected to continue similar efforts in the future. The work hasand will cover the writing, implementation, and administration ofcompliance respiratoryt protection programs for nuclear power plants.

[[Page 519]]

(ii) Guidance. This situation would place the firm in a role whereits judgment could be biased in relationship to its work for the NRC.Because the nature of the required work is vitally important in termsofthe NRC's responsibilities and no reasonable alternative exists, awaiver of the policy, in accordance with 2009.570-9 may be warranted.Any waiver must be fully documented in accordance with the waiverprovisions of, this policy with particular attention to theestablishmentof protective mechanisms to guard against bias.

(4) (i) Example. The ABC Corp. submits a proposal for a new systemtoevaluate a specific reactor component's performance for the purpose ofdeveloping standards that are important to the NRC program. The ABCCorp. has advised the NRC that it intends to sell the new system toindustry once its practicability has been demonstrated. Other companiesin this business are using older systems for evaluation of the specificreactor component.

(ii) Guidance. A contract could be awarded to the ABC Corp. if thecontract stipulates that no information produced under the contractwillbe used in the contractor's private activities unless this informationhas been reported to the NRC. Data on how the reactor componentperforms, which is reported to the NRC by contractors, will normally bedisseminated by the NRC to others to preclude an unfair competitiveadvantage. When the NRC furnishes information about the reactorcomponent to the contractor for the performance of contracted work, theinformation may not be used in the contractor's private activitiesunless the information is generally available to others. Further, thecontract will stipulate that the contractor will inform the NRCcontracting officer of all situations in which the information,developed about the performance of the reactor component under thecontract, is proposed to be used.

Page 64: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

(5)(i) Example. The ABC Corp., in response to a RFP, proposes toassemble a map showing certain seismological features of theAppalachianfold belt. In accordance with the representation in the RFP and2009.570-3(b)(1) (i), ABC Corp. informs the NRC that it is presentlydoing seismological studies for several utilities in the eastern UnitedStates,. but none of the sites are within the geographic areacontemplated by the NRC study. -

(ii) Guidance. The contracting officer would normally conclude thataward of a contract would not place ABC Corp. in a conflicting rolewhere its judgment might be biased. Section 2052.209-72(c) Work forOthers, would preclude ABC Corp. from accepting work which could createa conflict of interest during the term of the NRC contract.

(6) (i) Example. AD Division of ABC Corp., in response to a RFP,submits a proposal to assist the NRC in the safety and environmentalreview of applications for licenses for the construction, operation,anddecommissioning of fuel cycle facilities. ABC Corp. is divided into twoseparate and distinct divisions, AD and BC. The BC Division performsthesame or similar services for industry."-The BC Division is currentlyproviding the same or similar services required under the NRC'scontractfor an applicant or licensee.

(ii) Guidance. An NRC contract for that particular work would notbeawarded to the ABC Corp. The AD Division could be placed in a positionto pass judgment on work performed by the BC Division, which could biasits work for NRC. Further, the Conflict of Interest provisions apply toABC Corp. and not to separate or distinct divisions within the company.If no reasonable alternative exists, a waiver of the policy could besought in accordance with 2009.570-9.

(7) (i) Example. The ABC Corp. completes an analysis for NRC ofsteamgenerator tube leaks at one of a utility's six sites. Three monthslater, ABC Corp. is asked by this utility to perform the same analysisat another of its sites.

(ii) Guidance. Section 2052.290-72(c)(3) would prohibit thecontractor from beginning this work for the utility until one yearaftercompletion of the NRC work at the first site.

(8)(i) Example. ABC Corp. is assisting NRC in a major on-siteanalysis of a utility's redesign of the common areas between its twinreactors. The contract is for two years with an estimated

[[Page 520])

value of $5 million. Near the completion of the NRC work, ABC Corp.requests authority to solicit for a $100K contract with the sameutilityto transport spent fuel to a disposal site. ABC Corp. is performing noother work for the utility.

(ii) Guidance. The Contracting Officer would allow the contractortoproceed with the solicitation because it is not in the same technicalarea as the NRC work; and the potential for technical bias by the

Page 65: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

contractor because of financial ties to the utility is slight due totherelative value of the two contracts.

(9) (i) Example. The ABC Corp. is constructing a turbine buildingandinstalling new turbines at a reactor site. The contract with theutilityis for five years and has a total value of $100 million. ABC Corp. hasresponded to an NRC Request For Proposal requiring the contractor toparticipate in a major team inspection unrelated to the turbine work atthe same site. The estimated value of the contract is $75K.

(ii) Guidance. An. NRC contract would not normally be awarded to ABCCorp. because these factors create the potential for financial loyaltyto the utility that may bias the technical judgment of the contractor.

(d) Other considerations. (1) The fact that the NRC can identifyandlater avoid, eliminate, or neutralize any potential organizationalconflicts arising from the performance of a contract is not relevant toa determination of the existence of conflicts prior to the award of acontract.

(2) It is not relevant that the contractor has the.professionalreputation of being able to resist temptations which arise fromorganizational conflicts of interest, or that a follow-on procurementisnot involved, or that a contract is awarded on a competitive or a solesource basis.

Page 66: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

[Code of Federal Regulations][Title 48, Volume 6][Revised as of October 1, 2003]From the U.S. Government Printing Office via GPO Access[CITE: 48CFR2009.570-4]

[Page 520]

TITLE 48--FEDERAL ACQUISITION REGULATIONS SYSTEM

CHAPTER 20--NUCLEAR REGULATORY COMMISSION

PART 2009--CONTRACTOR QUALIFICATIONS--Table of Contents

Subpart 2009.5--Organizational Conflicts of Interest

Sec. 2009.570-4 Representation.

(a) The following procedures are designed to assist the NRCcontracting officer in determining whether situations or relationshipsexist which may constitute organizational conflicts of interest withrespect to a particular offeror or contractor. The procedures apply tosmall purchases meeting the criteria stated in the following paragraph(b) of this section.

(b) The organizational conflicts of interest representationprovision at 2052.209-71 must be included in solicitations andcontractsresulting from unsolicited proposals. The contracting officer must alsoinclude this provision for task orders and contract modifications fornew work for:

(1) Evaluation services or activities;(2) Technical consulting and management support services;(3) Research; and(4) Other contractual situations where special organizational

conflicts of interest provisions are noted in the solicitation andwouldbe included in the resulting contract. This representation requirementalso applies to all modifications for additional effort under thecontract except those issued under the "'Changes'' clause. Where,however, a statement of the type required by the organizationalconflicts of interest representation provisions has previously beensubmitted with regard to the contract being modified, only an updatingof the statement is required.

(c) The offeror may, because of actual or potential organizationalconflicts of interest, propose to exclude specific kinds of workcontained in a RFP unless the RFP specifically prohibits the exclusion.Any such proposed exclusion by an offeror will be considered by the NRCin the evaluation of proposals. If the NRC considers the proposedexcluded work to be an essential or integral part of the required workand its exclusion would be to the detriment of the competitive postureof the other offerors, the NRC shall reject the proposal asunacceptable.

(d) The offeror's failure to execute the representation required byparagraph (b) of this section with respect to an invitation for bids isconsidered to be a minor informality. The offeror will be permitted to

Page 67: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

correct the omission.

Page 68: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

[Code of Federal Regulations][Title 48, Volume 6][Revised as of October 1, 2003]From the U.S. Government Printing Office via GPO Access[CITE: 48CFR2009.570-5]

[Page 520-521']

TITLE 48--FEDERAL ACQUISITION REGULATIONS SYSTEM

CHAPTER 20--NUCLEAR REGULATORY COMMISSION

PART 2009--CONTRACTOR QUALIFICATIONS--Table of Contents

Subpart 2009.5--Organizational Conflicts of Interest

Sec. 2009.570-5 Contract clauses.

(a) General contract clause. All contracts and simplifiedacquisitions of the types set forth in 2009.570-4(b) must

[[Page 521]]

include the clause entitled, "'Contractor Organizational Conflicts ofInterest,'' set forth in 2052.209-72.

(b) Other special contract clauses. If it is determined from thenature of the proposed contract that an organizational conflict ofinterest exists, the contracting officer may determine that theconflictcan be avoided, or, after obtaining a waiver in accordance with2009.570-9, neutralized through the use of an appropriate specialcontract clause. If appropriate, the offeror may negotiate the termsandconditions of these clauses, including the extent and time period ofanyrestriction. These clauses include but are not limited to:

(1) Hardware exclusion clauses which prohibit the acceptance ofproduction contracts following a related non-production contractpreviously performed by the contractor;

(2) Software exclusion clauses;(3) Clauses which require the contractor (and certain of its key

personnel) to avoid certain organizational conflicts of interest; and(4) Clauses which provide for protection of confidential data and

guard against its unauthorized use.

Page 69: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

[Code of Federal Regulations][Title 48, Volume 6)[Revised as of October 1, 2003)

From the U.S. Government Printing Office via GPO Access[CITE: 48CFR2009.570-6]

[Page 521]

TITLE 48--FEDERAL ACQUISITION REGULATIONS SYSTEM

CHAPTER 20--NUCLEAR REGULATORY COMMISSION

PART 2009--CONTRACTOR QUALIFICATIONS--Table of Contents

Subpart 2009.5--Organizational Conflicts of Interest

Sec. 2009.570-6 Evaluation, findings, and contract award.

The contracting officer shall evaluate all relevant facts submittedby an offeror and other relevant information. After evaluating thisinformation against the criteria of 2009.570-3, the contracting officershall make a finding of whether organizational conflicts of interestexist with respect to a particular offeror. If it has been determinedthat real or potential conflicts of interest exist, the contractingofficer shall:

(a) Disqualify the offeror from award;(b) Avoid or eliminate such conflicts by appropriate measures; or(c) Award the contract under the waiver provision of 2009.570-9.

Page 70: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

[Code of Federal Regulations][Title 48, Volume 6)[Revised as of October 1, 2003]From the U.S. Government Printing Office via GPO Access[CITE: 48CFR2009'.570-7]

[Page 521]

TITLE 48--FEDERAL ACQUISITION REGULATIONS SYSTEM

CHAPTER 20--NUCLEAR REGULATORY COMMISSION

PART 2009--CONTRACTOR QUALIFICATIONS--Table of Contents

Subpart 2009.5--Organizational Conflicts of Interest

Sec. 2009.570-7 Conflicts identified after award.

If potential organizational conflicts of interest are identifiedafter award with respect to a particular contractor and the contractingofficer determines that conflicts do exist and that it would not be inthe best interest of the Government to terminate the contract, asprovided in the clauses required by 2009.570-5, the contracting officershall take every reasonable action to avoid, eliminate, or, afterobtaining a waiver in accordance with 2009.570-9, neutralize theeffectsof the identified conflict.

Page 71: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

[Code of Federal Regulations)[Title 48, Volume 6][Revised as of October 1, 2003]From the U.S. Government Printing Office via GPO Access[CITE: 48CFR2009.570-8)

[Page 521]

TITLE 48--FEDERAL ACQUISITION REGULATIONS SYSTEM

CHAPTER 20--NUCLEAR REGULATORY COMMISSION

PART 2009--CONTRACTOR QUALIFICATIONS--Table of Contents

Subpart 2009.5--Organizational Conflicts of Interest

Sec. 2009.570-8 Subcontracts.

The contracting officer shall require offerors and contractors tosubmit a representation statement from all subcontractors (other than asupply subcontractor) and consultants performing services in excess of$10,000 in accordance with 2009.570-4(b). The contracting officer shallrequire the contractor to include contract clauses in accordance with2009.570-5 in consultant agreements or subcontracts involvingperformance of work under a prime contract.

Page 72: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

[Code of Federal Regulations][Title 48, Volume 6][Revised as of October 1, 2003]From the U.S. Government Printing Office via GPO Access[CITE: 48CFR2009.570-9]

[Page 521)

TITLE 48--FEDERAL ACQUISITION REGULATIONS SYSTEM

CHAPTER 20--NUCLEAR REGULATORY COMMISSION

PART 2009--CONTRACTOR QUALIFICATIONS--Table of Contents

Subpart 2009.5--Organizational Conflicts of Interest

Sec. 2009.570-9 Waiver.

(a) The contracting officer determines the need to seek a waiverforspecific contract awards with the advice and concurrence of the programoffice director and legal counsel. Upon the recommendation of theSeniorProcurement Executive, and after consultation with legal counsel, theExecutive Director for Operations may waive the policy in specificcasesif he determines that it is in the best interest of the United Statestodo so.

(b) Waiver action is strictly limited to those situations in which:(1) The work to be performed under contract is vital to the NRC

program;(2) The work cannot be satisfactorily performed except by a

contractor whose interests give rise to a question of conflict ofinterest.

(3) Contractual and/or technical review and surveillance methodscanbe employed by the NRC to neutralize the conflict.

(c) The justification and approval documents for any waivers mustbeplaced in the NRC Public Document Room.

Page 73: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

amecO

DRAFT

SUBCONTRACTING PLAN

NEXT GENERATION NUCLEAR PLANT EVALUATION MODEL:CODE INTEGRATION, ASSESSMENT AND APPLICATION SUPPORT

09 AUGUST 2010

NRC RFP NO. 10-04-140AMEC NSS PROJECT NO. NRO04 REV1

Page 1AMEC NSS Proposal NRO04 Rev 1

NRC Reference No. NRC-RFP-10-140Subcontracting Plan NGNP Evaluation Model

Page 74: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

amecOIntroduction

Federal Acquisition Regulation (FAR), paragraph 19.708(b) prescribes the use of the clause atFAR 52.219-9 entitled "Small Business, Small Disadvantaged Business, and Women OwnedSmall Business Subcontracting Plan." The following is a draft subcontracting plan consistentwith FAR 52.219-9. "SUBCONTRACT" as used in this clause, means any agreement (otherthan one involving an employer-employee relationship) entered into by a Federal Governmentprime contractor or major subcontractor calling for supplies or services required for performance

of the contract or subcontract.

The integrated project team approach proposed utilizes personnel from AMEC (AMEC NSS andAMEC Nuclear International) who will function under the leadership of an AMEC NSS ProjectManager. At this time, it is anticipated that expert consultants and subcontractors, accountingfor approximately 13% of total labor, may be utilized to complement AMEC's expertise.Specifically, AMEC NSS has identified that the University*of Pisa can provide expertconsultation on uncertainty analysis methods and TOVRheinland can provide expertconsultation on fission product release and transport, thermal hydraulics core design andaccident analysis in HTGRs, to a total of 1% of total labor. 12% of total labor is anticipated to besubcontracted to Numark, a small business contractor. Numark can provide expert consultationon High Temperature Gas Reactors (HTGRs), accident and transient analysis (includingcomparability with the transient and accident analyses performed for light water reactorslicensed by the NRC), and selection of uncertainty methods with emphasis on NRC regulations.This subcontracting plan discusses the subcontract to Numark.

Should AMEC NSS identify that a major portion of the work or Task Orders under this project(20% or higher) is required to be subcontracted, a revised subcontracting plan, based on thefollowing template, will be submitted.

Page 2AMEC NSS Proposal NR004 Rev 1

NRC Reference No. NRC-RFP-10-140Subcontracting Plan NGNP Evaluation Model

Page 75: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

amecOIdentification Data

Contractor:

Address:

AMEC NSS Limited

700 University Avenue, 4l Floor, Toronto ON M5G 1 X6

Solicitation / Contract Number: NRC-RFP-1 0-04-140

Project Title: Next Generation Nuclear Plant Evaluation Model: CodeIntegration, Assessment and Application Support

Total Amount of Contract(Including Options):

Period of Contract Performance:

$5,215,875

TBD

Type of Plan

V Individual plan (All elements developed specifically for this contract and applicable forthe full term of this contract).

Master plan (Goals developed for this contract; all other elements standard; must berenewed annually).

Commercial products plan (Contractor sells large quantities of off-the-shelf commoditiesto many Government agencies. Plans/goals negotiated by a lead agency on a company-widebasis rather than for individual contracts. Plan effective only during year approved. Contractormust provide copy of lead agency approval).

Goals of the Subcontracting Plan

At this time, it is anticipated that expert subcontractors, accounting for approximately 12% oftotal labor, may be utilized to complement AMEC's expertise. 100% of the subcontractingdollars is planned to be allocated to a small business subcontractor, Numark Associates.Numark Associates, Inc. is a privately held corporation, a small business consisting of 47 full-and part-time employees and 46 consultants. Currently, Numark holds a GSA ConsolidatedSchedule contract for Environmental Advisory Services and Professional Engineering Services.

Page 3AMEC NSS Proposal NRO04 Rev I

NRC Reference No. NRC-RFP-10-140Subcontracting Plan NGNP Evaluation Model

Page 76: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

amec0Description of Subcontracted Work

QUANTITY OF WORK TO BE SUBCONTRACTED

Total dollars planned to be subcontracted to small business concerns is: $600,504 and100%

Total dollars planned to be subcontracted to veteran-owned small business concerns is:$0 and 0%

Total dollars planned to be subcontracted to service-disabled veteran- owned smallbusiness concerns is: $0 and 0%

" Total dollars planned to be subcontracted to HUBZone small business concerns is: $0and 0%

" Total dollars planned to be subcontracted to small disadvantaged business concerns is:$0 and 0%

" Total dollars planned to be subcontracted to women-owned small business concerns is:$0 and 0%

SERVICES TO BE SUBCONTRACTED

Numark offers a dedicated team of highly qualified personnel with specialized skills andapplicable experience in the technical fields required for this work. AMEC NSS intends tosubcontract the following type of work to Numark:

" Review of plans and reports prepared on the project with focus on the use of the NGNPevaluation model results for licensing assessments by the NRC.

* Expert input on accident and transient analysis; including comparability with the transientand accident analyses performed for light water reactors licensed by the NRC.

* Expert input on NRC's advanced reactor research program, and High Temperature GasReactors (HTGRs).

" Review of the selection of uncertainty analysis methodology.

Page 4AMEC NSS Proposal NRO04 Rev 1

NRC Reference No. NRC-RFP-10-140Subcontracting Plan NGNP Evaluation Model

Page 77: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

amecRMethodology and Sourcing

AMEC NSS estimated the subcontracting goals based on the type of work to be subcontracted,namely expert consultation, which is expected under this contract. 12% of the total labor wasestimated based on previous experience with technical consultation/review by experts.

Requirements for the subcontractor included applicable experience in the technical fields ofinterest (best estimate and uncertainty methods, thermal hydraulics, computational fluiddynamics, neutronics & accident analyses, and experience with HTGRs) and in-depthknowledge of NRC regulations. Because of the high level of technical expertise required for thiswork, and the fact that Numark meets the requirements for the work in this contract, AMEC NSSidentified Numark as a qualified subcontractor.

Indirect Costs

AMEC NSS does not include indirect costs in establishing subcontracting goals.

Contract Program Administrator

Should it be required, the individual who will administer AMEC NSS' subcontracting program is:

Mr. Walter ThompsonV.P. Commercial OperationsPhone: (416) 592-4349Fax: (416) [email protected]

The Contract Program Administrator's responsibilities include communicating all relevant terms

and conditions associated with this contract to the subcontractors and ensuring that AMEC NSScomplies with the assurances set out below.

Right to Compete

AMEC NSS believes that ethical business conduct is a fundamental element in doing business.Consequently, such conduct is at the heart of our values and guiding principles. Our Code ofBusiness Conduct is distributed to all our staff and clearly illustrates the behaviors expected ofthem in their business relationships. Our Code of Business Conduct ensures our behaviorssupport this commitment and maintain the trust and respect of all our stakeholders. AMEC NSSapplies the Code of Business Conduct to equitable hiring and treatment of all businesses andwe cascade the same philosophies to any contracting policies where a competitive supplier

Page 5AMEC NSS Proposal NR004 Rev I

NRC Reference No. NRC-RFP-10-140Subcontracting Plan NGNP Evaluation Model

Page 78: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

amec0positioning can be achieved. AMEC NSS has a Quality Procedure on Control of ProjectProcurement, which species that a Request For Proposal (RFP) is normally used for managedtasks where multiple suppliers that are assessed to be capable of providing the services are

identified. AMEC NSS maintains an approved supplier list. Approved suppliers must meet AMEC

NSS standards for quality management.-

AMEC NSS has successfully worked with Numark in the past, and Numark is in AMEC NSS' listof approved suppliers. Because of the highly technical expertise needed for this subcontract, itwas determined that a formal RFP process would not be effective. Our experience was that notmany other subcontractors would meet the requirements for the subcontract, whereas Numarkclearly does, and our previous business experiences with Numark have been successful.

Throughout this contract, the activities performed by the subcontractor will be monitored to

assure compliance with the subcontracting plan and to ensure that the goals are met.

Assurances

Should major subcontractors be required to complete the scope of work required under NRC-RFP-1 0-04-140, it is assured that AMEC NSS will:

Include the clause entitled "Utilization of Small Business Concerns" in all subcontractsthat offer further subcontracting opportunities, and that the Offeror will require all majorsubcontractors (except small business concerns) that receive subcontracts in excess of$500,000 ($1,000,000 for construction of any public facility) to adopt a subcontractingplan that complies with the requirements of this clause.

* Cooperate in any studies or surveys as may be required;

* Submit periodic reports so that the Government can determine the extent of complianceby the Offeror with the subcontracting plan;

Submit Standard Form (SF) 294, Subcontracting Report for Individual Contracts, and/orSF 295, Summary Subcontract Report, in accordance with paragraph (j) of this clause.The reports shall provide information on subcontract awards to small business concerns,

veteran-owned small business concerns, service-disabled veteran-owned smallbusiness concerns, small disadvantaged business concerns, women-owned smallbusiness concerns, and Historically Black Colleges and Universities and MinorityInstitutions. Reporting shall be in accordance with the instructions on the forms or asprovided in agency regulations.

Ensure that its major subcontractors agree to submit SF 294 and SF 295.

Page 6AMEC NSS Proposal NRO04 Rev 1

NRC Reference No. NRC-RFP-1 0-140Subcontracting Plan NGNP Evaluation Model

Page 79: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

amec'Q

Oct 1 - Mar 31 SF 294 04/30

Apr 1 :- Sept 30 SF 294 10/30

Oct 1 - Sept 30 SF 295 10/30

Reports will be submitted to the following address:DIRECTORUSAI D/OSDBURM 7.8E RRBWASHINGTON, DC 20523-7800

Quality Assurance

AMEC NSS will maintain records to support subcontract award data including the name,address and business size of each subcontractor. Records will be kept on subcontractorperformance as part of AMEC NSS' quality assurance procedures on Control of Projectprocurement. The following are the types of records that may be maintained: WorkSpecification, Request For Proposal, Decision of Tender Assessment Meeting, Purchase Order,Revised Specifications, Amendment to Purchase Order, Audit package, consisting of theInternal Audit Notification, completed Internal Audit Checklist, and any other relevantinformation, Non-Conformance Reports. AMEC NSS also keeps a list of approved suppliers.

Page 7AMEC NSS Proposal NRO04 Rev 1

NRC Reference No. NRC-RFP-10-140Subcontracting Plan NGNP Evaluation Model

Page 80: THIS RATED OFM UNDER DPAS (15 CFR 700) e tSS LI0 reEe FOR O 9. ISCOUNT FOR PROMPT PAYVETNT 700 tMVERSrTr AVE 4 FIr TOR•OM ON MSG 1X6 19. Umaw INVicum rt (4 m10m0 ufla ogum m TOTHE

ameAV%

Subcontracting Plan Authorization

Name:

Title:

Date:

Signature:

Walter Thompson

VP Commercial Operations

09 August 2010

Page 8AMEC NSS Proposal NR004 Rev I

NRC Reference No. NRC-RFP-10-140Subcontracting Plan NGNP Evaluation Modal