tl'hp -adm -00 - nrc

13
SOLICITATIONICONTRACTIORDER FOR COMMERCIAL ITEMS 1. RMUISmRONNo. PAGE 1 OF OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 N eR- /2-134 6 Dated: 3/20/12 2. CONTACT No. 3. AWARDIEFFECITVE DATE 4. ORDER NO. 6. SOLICITATION NUMBER e. SDUCTATION ISSUE DATE NRC-HQ-11-C-03-0095 NRC-HQ-12 -TZ-03- 0001 7. FOR OUCITATION NAME ... b. TELEPHONE NO. (No CoIlod Ca/b) S. OFFER DUE DATE/LOCAL INFORMATION CALL: Aracelis Perez-Ortiz 301-492-3633 TIME 9. MUED BY CODE 3100 10. THISACQUSTION IS [ UNRESTRICTEDOR [] SETASIDE: %FOR U.S. Nuclear Regulatory Commission SMALL BUSINESS [] WDMM7ENM-ED SMALLBUSIIESS Div. of Contracts (/OW ELIGIBLE UNDER rHEWOMIE-OWNED Attn: Aracelis Perez-Ortiz HURZONESMALL SMAL•.BUSINESSPROGRAM NAICS: 561410 Mail Stop: TWO-01-BIOM BUSINESS [] Washington, DC 20555 SERVIE-1SABLED SIZE STANDARD. i =LLUSINE [] WAI $7 Million 11. DELIVERY FOR FOB DEMINA- 12. •OU• TeS 13b. RATING 170NUNLESS BLOCK IS. 13s. THISCONTRACTISA N/A RATED ORDER UNDER B DPAS (15 CFR7• I70E-)OD OF ELACITATION MLDEIVERTO CODE 1. ADMA1STERED BY CODE 3100 U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory Commission Div. of Contracts Mail Stop: TWB-01-BlON Washington DC 20555 Washington, DC 20555 17.. CONTRACTOR/OFFEROR CODE FACILITY CODE 1ea. PAYMENT WILL BE MADE BY CODEO 3100 BLH TECHNOLOGIES, INC. Department of Interior / NBC NRCPaymentsanbc gov Attn: Fiscal Services Branch - 02770 1803 RESEARCH BLVD STE 615 7301 W. Mansfield Avenue Denver CO 80235-2230 ROCKVILLE MD 208506108 PHONE: FAX* TELEPHONE NO. 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 188 UNLESS BLOCK BELOW IS CHECKED F-- l~h. CHECK IF RBESTrANCE IS DIFFERENT ANOPUT SUCH ADDR•ES IN OF F E R D• SEEADDENOLUM 1I. 20, 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPUES/SERVICES OUANThY UNIT UNIT PRICE AMOUNT Title: 'Technical Editing Assistance for License Renewal Grand Gulf Nuclear Station (GGNS), Aging Management Program (AMP) Audit Report' The contractor shall perform the work in the attached statement of work (SOW) in accordance with the terms and conditions of contract no. NRC-HQ-11-C-03-0095. Task Order Ceiling: $5,136.64 Obligated Amount; $5,136.64 Period of performance- From date of award through may 18, 2012, (Use Revue. and/or Attiec AddonIl Shout. u Neoa..) __I . 2& ACCOUNTING ANDAPPROPRIATION DATA 26 TOTAL AWARDAMOUNT (Fe Govt Use OnV B&R: 2012X0200-20-11-4-148 JC: J4009 BOC: 252A APP NO: 31X0200.220 FAnMIS: 121748 DUNS: 140697405 27s. SOUCrTARON INCORPORATES BY REFERENCE FAR 52,212-1.52212-4, FAR 62 212-3 AND 61212-S ARE ATTACHED. ADDENDA 1'ARE- ARE NOT ATTACHED. S27b CONTRACT/PURCHASEORDER INCORPORATES BY REFERENCE FAR 52212-4. FAR 52.212-5 IS ATTACHED. ADDENDA D.ARE FARENOTATTACHED l 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 U 20. AWARD OF CONTRACT: REF. OFFER CORES TO ISSUING OFFICE CONTRACTOR AGREES TO FURNISH AND DATED YOUR OFFER ON SOLICITATION DEUVER ALL ITEMS 8ET F t"li OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGED WIFCH ARE ADDITIONAL SH/ErTS SUBi TO THE TERMS AND CONDrnoNS SPECIFIED SET FORTH HEREN 18 ACCE•DTED AS TO MO: 30B. SIlM1 OFFEIO~ NFRACTOR 3ILIN TQA G4 FCNTRACTING OFFICER) Smb NAME AND 11155 CF ZO ER (iZi ORl PI"/IT 30o DATE SIGNED S 6A OF CONTRACTIN OFF/C TYE RyORp 13o RI SGT k Adelis M. Rodriguez Benjamin L. \arris, President/CEO 4/30/12 Contracting Officer q j ?-' -T ,4,,1 2- AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE 'TL'HP ADM - -00 STANDARD FORM 1442 (REV. ZhM P=MbDd by GSA. FAR (4S CFR) a3.212 wREVIEW OOMPLET MAY 121

Upload: others

Post on 23-Apr-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TL'HP -ADM -00 - NRC

SOLICITATIONICONTRACTIORDER FOR COMMERCIAL ITEMS 1. RMUISmRONNo. PAGE 1 OF

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 N eR- /2-134 6

Dated: 3/20/12

2. CONTACT No. 3. AWARDIEFFECITVE DATE 4. ORDER NO. 6. SOLICITATION NUMBER e. SDUCTATION ISSUE DATE

NRC-HQ-11-C-03-0095 NRC-HQ-12 -TZ-03- 0001

7. FOR OUCITATION NAME ... b. TELEPHONE NO. (No CoIlod Ca/b) S. OFFER DUE DATE/LOCAL

INFORMATION CALL: Aracelis Perez-Ortiz 301-492-3633 TIME

9. MUED BY CODE 3100 10. THISACQUSTION IS [ UNRESTRICTEDOR [] SETASIDE: %FOR

U.S. Nuclear Regulatory Commission SMALL BUSINESS [] WDMM7ENM-ED SMALLBUSIIESSDiv. of Contracts (/OW ELIGIBLE UNDER rHEWOMIE-OWNEDAttn: Aracelis Perez-Ortiz HURZONESMALL SMAL•.BUSINESSPROGRAM NAICS: 561410Mail Stop: TWO-01-BIOM BUSINESS []Washington, DC 20555 SERVIE-1SABLED SIZE STANDARD.

i =LLUSINE [] WAI $7 Million11. DELIVERY FOR FOB DEMINA- 12. •OU• TeS 13b. RATING

170NUNLESS BLOCK IS. 13s. THISCONTRACTISA N/ARATED ORDER UNDERB DPAS (15 CFR7• I70E-)OD OF ELACITATION

MLDEIVERTO CODE 1. ADMA1STERED BY CODE 3100

U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory CommissionDiv. of ContractsMail Stop: TWB-01-BlON

Washington DC 20555 Washington, DC 20555

17.. CONTRACTOR/OFFEROR CODE FACILITY CODE 1ea. PAYMENT WILL BE MADE BY CODEO 3100

BLH TECHNOLOGIES, INC. Department of Interior / NBC

NRCPaymentsanbc govAttn: Fiscal Services Branch - 02770

1803 RESEARCH BLVD STE 615 7301 W. Mansfield AvenueDenver CO 80235-2230

ROCKVILLE MD 208506108 PHONE: FAX*TELEPHONE NO.

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 188 UNLESS BLOCK BELOW IS CHECKEDF-- l~h. CHECK IF RBESTrANCE IS DIFFERENT ANO PUT SUCH ADDR•ES IN OF F E R D• SEEADDENOLUM

1I. 20, 21. 22. 23. 24.ITEM NO. SCHEDULE OF SUPPUES/SERVICES OUANThY UNIT UNIT PRICE AMOUNT

Title: 'Technical Editing Assistance for License RenewalGrand Gulf Nuclear Station (GGNS), Aging Management Program(AMP) Audit Report'

The contractor shall perform the work in the attachedstatement of work (SOW) in accordance with the terms andconditions of contract no. NRC-HQ-11-C-03-0095.

Task Order Ceiling: $5,136.64Obligated Amount; $5,136.64Period of performance- From date of award throughmay 18, 2012,

(Use Revue. and/or Attiec AddonIl Shout. u Neoa..) __I .

2& ACCOUNTING AND APPROPRIATION DATA 26 TOTAL AWARD AMOUNT (Fe Govt Use OnV

B&R: 2012X0200-20-11-4-148 JC: J4009 BOC: 252AAPP NO: 31X0200.220 FAnMIS: 121748 DUNS: 140697405

27s. SOUCrTARON INCORPORATES BY REFERENCE FAR 52,212-1.52212-4, FAR 62 212-3 AND 61212-S ARE ATTACHED. ADDENDA 1'ARE- ARE NOT ATTACHED.

S27b CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52212-4. FAR 52.212-5 IS ATTACHED. ADDENDA D.ARE FARENOTATTACHED

l 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 U 20. AWARD OF CONTRACT: REF. OFFER

CORES TO ISSUING OFFICE CONTRACTOR AGREES TO FURNISH AND DATED YOUR OFFER ON SOLICITATIONDEUVER ALL ITEMS 8ET F t"li OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGED WIFCH AREADDITIONAL SH/ErTS SUBi TO THE TERMS AND CONDrnoNS SPECIFIED SET FORTH HEREN 18 ACCE•DTED AS TO MO:

30B. SIlM1 OFFEIO~ NFRACTOR 3ILIN TQA G4 FCNTRACTING OFFICER)

Smb NAME AND 11155 CF ZO ER (iZi ORl PI"/IT 30o DATE SIGNED S 6A OF CONTRACTIN OFF/C TYE RyORp 13o RI SGT

k Adelis M. Rodriguez

Benjamin L. \arris, President/CEO 4/30/12 Contracting Officer q j ?-' -T ,4,,1 2-AUTHORIZED FOR LOCAL REPRODUCTIONPREVIOUS EDITION IS NOT USABLE

'TL'HP ADM - -00

STANDARD FORM 1442 (REV. ZhMP=MbDd by GSA. FAR (4S CFR) a3.212

wREVIEW OOMPLETMAY 121

Page 2: TL'HP -ADM -00 - NRC

Table of Contents

S EC T IO N A .................................................................................................................................... A -1

SF1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

TASK ORDER TERMS AND CONDITIONS .............................................................................. A-1

A .1 P R IC E S C H E D U LE ................................................................................................... A -1A.2 CONSIDERATION AND OBLIGATION--TASK ORDERS (AUG 2011) ALTERNATE I (AUG

2011) ......................................... .................... A-1A.3 PACKAGING AND MARKING (AUG 2011) ................................................................. A-1A .4 B R A N D IN G (A U G 20 11) ................................................................................................ A -2A.5 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (AUG 2011) ......................... A-2A.6 ELECTRO NIC PAYM ENT (AUG 2011) .......................................................................... A-2A.7 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS (AUG 2011) ... A-2A.8 SECURITY REQUIREMENTS RELATING TO THE PRODUCTION OF REPORT(S) OR

THE PUBLICATION OF RESULTS UNDER CONTRACTS, AGREEMENTS, ANDG R A N T S (A U G 20 11) .................................................................................................... A -3

A.9 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTORE M P LO Y E E S (A U G 2011) ............................................................................................. A -4

A .10 G REEN PURC HASING (JUN 2011) ............................................................................. A-4A.11 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC

PAYMENT/REMITTANCE ADDRESS (AUG 2011) ........................................................ A-4

Page 3: TL'HP -ADM -00 - NRC

NRC-HQ-11 -C-03-0095 N RC-HQ-12-T-03-0001

TASK ORDER TERMS AND CONDITIONS

NOT SPECIFIED IN THE CONTRACT

A.1 PRICE SCHEDULE

SEPTEMBER 30, 2011 i SEPTEMBER 29, 201:2~.K

_.LABORHOUR~:LN DES6PTIO STT UNIPRICE if-EST. UTOTAL

0001 PROJECT MANAGER HOUR

0002 TECHNICAL EDITOR HOUR ..

0003 DOCUMENT SPECIALIST I HOUR

ESTIMATED TASK ORDER SUBTOTAL $5,136.64

A.2 CONSIDERATION AND OBLIGATION--TASK ORDERS (AUG 2011) ALTERNATE I (AUG 2011)

(a) The ceiling of this order for services is $5,136.64.

(b) This order is subject to the minimum and maximum ordering requirements set forth in the contract.

(c) The amount obligated for this order is $5,136.64.

(d) The Contractor shall comply with the provisions of FAR 52.232-20 - Limitation of Cost, for fully-funded deliveryorders or task orders.

A.3 PACKAGING AND MARKING (AUG 2011)

(a) 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 SurfaceTransportation Board, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the modeof transportation.

(b) On the front of the package, the Contractor shall clearly identify the contract number under which the product is

being provided.

(c) Additional packaging and/or marking requirements are as follows: N/A

A-1

Page 4: TL'HP -ADM -00 - NRC

NRC-HQ-11-C-03-0095 NRC-HQ-1 2-T-03-0001

A.4 BRANDING (AUG 2011)

The Contractor is required to use the official NRC branding logo or seal on any publications, presentations,products, or materials funded under this contract, to the extent practical, in order to provide NRC recognition for itsinvolvement in and contribution to the project. If the work performed is funded entirely with NRC funds, then thecontractor must acknowledge that information in its documentation/presentation.

Access the following websites for branding information and specifications:

http://www.internal.nrc.gov/ADM/branding/ and Management Directive and Handbook 3.13 -

(internal NRC website): http://www.internal.nrc.Qov/policy/directives/toc/md3.13.htm

(external public website): http://pbadupws. nrc.,qov/docs/ML 1122/ML1 12280190.pdf

A.5 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (AUG 2011)

This order shall commence on date of award and will expire on May 18, 2012.

A.6 ELECTRONIC PAYMENT (AUG 2011)

The Debt Collection Improvement Act of 1996 requires that all payments except IRS tax refunds be made byElectronic Funds Transfer. Payment shall be made in accordance with FAR 52.232-33, entitled "Payment byElectronic Funds- Central Contractor Registration".

To receive payment, the contractor shall prepare invoices in accordance with NRC's Billing Instructions. Claimsshall be submitted on the payee's letterhead, invoice, or on the Government's Standard Form 1034, "Public Voucherfor Purchases and Services Other than Personal," and Standard Form 1035, "Public Voucher for Purchases Otherthan Personal - Continuation Sheet." The preferred method of submitting invoices is electronically to the Departmentof the Interior at [email protected]. If the contractor submits a hard copy of the invoice, it shallbe submitted to the following address:

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

A.7 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS (AUG 2011)

NRC contractors are responsible to ensure that their alien personnel are not in violation of United Statesimmigration laws and regulations, including employment authorization documents and visa requirements. Each alienemployee of the Contractor must be lawfully admitted for permanent residence as evidenced by Permanent ResidentForm 1-551 (Green Card), or must present other evidence from the U.S. Department of Homeland Security/U.S.Citizenship and Immigration Services that employment will not affect his/her immigration status. The U.S. Citizenshipand Immigration Services provides information to contractors to help them understand the employment eligibilityverification process for non-US citizens. This information can be found on their website, http://www.uscis.gov/portal/site/uscis.

A-2

Page 5: TL'HP -ADM -00 - NRC

NRC-HQ-11 -C-03-0095 NRC-HQ-12-T-03-0001

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

A.8 SECURITY REQUIREMENTS RELATING TO THE PRODUCTION OF REPORT(S) OR THEPUBLICATION OF RESULTS UNDER CONTRACTS, AGREEMENTS, AND GRANTS (AUG 2011)

Review and Approval of Reports

(a) Reporting Requirements. The contractor/grantee shall comply with the terms and conditions of thecontract/grant regarding the contents of the draft and final report, summaries, data, and related documents, to includecorrecting, deleting, editing, revising, modifying, formatting, and supplementing any of the information containedtherein, at no additional cost to the NRC. Performance under the contract/grant will not be deemed accepted orcompleted until it complies with the NRC's directions. The reports, summaries, data, and related documents will beconsidered draft until approved by the NRC. The contractor/ grantee agrees that the direction, determinations, anddecisions on approval or disapproval of reports, summaries, data, and related documents created under thiscontract/grant remain solely within the 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 themto the NRC for review 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 approvedby the NRC for release, display, dissemination or publication. The contractor/grantee agrees to conspicuously placeany disclaimers, markings or notices, directed by the NRC, on any articles, reports, summaries, data, and relateddocuments that the contractor/grantee intends to release, display, disseminate or publish to other persons, the public,or any other entities. The contractor/grantee agrees, and grants, a royalty-free, nonexclusive, irrevocable worldwidelicense to the government, to use, reproduce, modify, distribute, prepare derivative works, release, display or disclosethe articles, reports, summaries, data, and related documents developed under the contract/grant, for anygovernmental purpose and to have or authorize others to do so.

(c) Identification/Marking of Sensitive Unclassified Non-Safeguards Information (SUNSI) and SafeguardsInformation (SGI). The decision, determination, or direction by the NRC that information possessed, formulated orproduced by the contractor/grantee constitutes SUNSI or SGI is solely within the authority and discretion of the NRC.In performing the contract/grant, the contractor/grantee shall clearly mark SUNSI and SGI, to include for example,OUO-Allegation Information or OUO-Security Related Information on any reports, documents, designs, data,materials, and written information, as directed by the NRC. In addition to marking the information as directed by theNRC, the contractor shall use the applicable NRC cover sheet (e.g., NRC Form 461 Safeguards Information) in,maintaining these records and documents. The contractor/grantee shall ensure that SUNSI and SGI is handled,maintained and protected from unauthorized disclosure, consistent with NRC policies and directions. Thecontractor/grantee shall comply with the requirements to mark, maintain, and protect all information, includingdocuments, summaries, reports, data, designs, and materials in accordance with the provisions of Section 147 of theAtomic Energy Act of 1954 as amended, its implementing regulations (10 CFR 73.21), Sensitive UnclassifiedNon-Safeguards and Safeguards Information policies, and NRC Management Directives and Handbooks 12.5, 12.6and 12.7.

(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,or offsetting of any payments invoiced or claimed by the contractor/grantee.

A-3

Page 6: TL'HP -ADM -00 - NRC

NRC-HQ-1 1 -C-03-0095 NRC-HQ-12-T-03-0001

(e) Flowdown. If the contractor/grantee intends to enter into any subcontracts or other agreements to perform thiscontract/grant, the contractor/grantee shall include all of the above provisions in any subcontracts or agreements.

A.9 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOREMPLOYEES (AUG 2011)

(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 andthe requirement for prominent posting of notice of Employee Rights at Appendix A to Part 24 entitled: "Your RightsUnder the Energy Reorganization Act".

(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 inunlawful practices, assisted in proceedings or testified on activities concerning alleged violations of the Atomic EnergyAct of 1954 (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 performedunder this contract.

A.10 GREEN PURCHASING (JUN 2011)

(a) In furtherance of the sustainable acquisition goals of Executive Order 13514, "Federal Leadership inEnvironmental, Energy, and Economic Performance" products and services provided under this contract/order shall beenergy- efficient (Energy Star or Federal Energy Management Program (FEMP) designated), water-efficient,biobased, environmentally preferable (e.g., Electronic Product Environmental Assessment Tool (EPEAT) certified),non-ozone depleting, contain recycled content, or are non-toxic or less toxic alternatives, where such products andservices meet agency performance requirements. http://www.fedcenter.gov/programs/eo13514/

(b) The contractor shall flow down this clause into all subcontracts and other agreements that relate to performanceof this contract/order.

A.11 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENT/REMITTANCEADDRESS (AUG 2011)

The Debt Collection Improvement Act of 1996 requires that all Federal payments except IRS tax refunds be madeby Electronic Funds Transfer. It is the policy of the Nuclear Regulatory Commission to pay government vendors bythe Automated Clearing House (ACH) electronic funds transfer payment system. Item 15C of the Standard Form 33may be disregarded.

A-4

Page 7: TL'HP -ADM -00 - NRC

STATEMENT OF WORK

Project Title: Technical Editing Assistance for License Renewal GrandGulf Nuclear Station Aging Management Program (AMP)Audit Report

Job Code No.:

Contract No.:

J-4709

NRC-HQ-11-C-03-0095

Task Order No.:

Budget & Reporting No:

NRC Issuing Office:

NRC Project Officer:

NRC Technical Monitors:

NRC-HQ-12-T-03-0001

2011-X0200-20-11-4-148

Office of Nuclear Reactor Regulations

Linda Yee, 301-415-3072,Linda.Yee(,nrc.,qov

Leslie T. Perkins, 301-415-2375,Leslie. Perkinscnrc.,ovArthur D. Cunanan, 301-415-3897,Arthur. Cunanan(a.nrc.aov

Fee Recoverable:

TAC No.:

1. BACKGROUND

Yes

ME7493

Based on the Atomic Energy Act, the U.S. Nuclear Regulatory Commission (NRC) issueslicenses for commercial nuclear power reactors to operate for up to 40 years and allows theselicenses to be renewed for another 20 years. The license renewal environmental and safetyrequirements are published as Title 10 of the Federal Code of Regulations Part 51(10 CFR Part 51) and 10 CFR Part 54, respectively. The NRC has published regulatoryguidance for the NRC staff (the staff) to follow when reviewing applications to addressradiological and non-radiological environmental issues titled the "Environmental StandardReview Plan," NUREG-1 555 issued March 2000 (ESRP) to ensure conformance with its reviewprocess and to share the process with stakeholders. The NRC has also published regulatoryguidance for the staff to follow when reviewing applications to address safety issues titledNUREG-1 800, "Standard Review Plan for Review of License Renewal Applications for NuclearPower Plants," Revision 2 issued December 2010 (SRP-LR) to ensure the quality and uniformityof staff reviews and to share the process with stakeholders.

An audit was conducted by the NRC at the Grand Gulf Nuclear Station (GGNS) southwest ofVicksburg, Mississippi on January 23-February 3, 2011. The purpose of this audit was toexamine Entergy Operations, Inc.'s (the applicant) Aging Management Programs (AMPs) andrelated documentation for GGNS and to verify the applicant's claim of consistency with the

Attachment

Page 8: TL'HP -ADM -00 - NRC

NRC-HQ-1 1 -C-03-0095 NRC-HQ-12-T-03-0001

corresponding NUREG-1801, "Generic Aging Lessons Learned Report," Revision 2 issuedDecember 2010 (GALL Report).

2. OBJECTIVE

The objective of this task order is to obtain expert document layout, assembly, formatting, andtechnical editing services to assist the NRC's Office of Nuclear Reactor Regulation, Division ofLicense Renewal (DLR) to prepare the AMP Audit Report for GGNS.

3. TECHNICAL AND OTHER SPECIAL QUALIFICATIONS REQUIRED

The contractor shall provide a project manager to oversee the efforts and ensure the timelysubmission of quality deliverables that meet the requirements of the task order stamen of work(SOVW). The contractor shall provide a document specialist who will be responsible foradministrative support, document layout, assembly, formatting, and production services thatshall follow NRC's style guidance and the SOW. The contractor shall provide a technical editorwho shall verify the document is in accordance with the NRC's style guidance and SOW and isgrammatically correct according to NRC guidance. The contractor personnel shall also haveexpertise in the use of Microsoft ® Office Word 2007 or current NRC designated wordprocessing software, as directed by the Technical Monitor (TM).

It is the responsibility of the contractor to assign appropriate staff, subcontractors, and/orspecialists who have the required educational background, experience, or combination thereofto meet both the technical and regulatory objectives of the work specified in SOW. The NRCwill rely on representations made by the contractor concerning the qualifications of thepersonnel assigned to this contract including assurance that all information contained in thetechnical and cost proposal, including resumes, is accurate and truthful.

The use of particular personnel on this project is subject to the Project Officer (PO) and TM'sapproval. This includes proposed changes to key personnel during the life of the project.

If any work will be subcontracted or performed by consultants, the contractor shall obtain the POand TM's written approval of the subcontractor or consultant prior to initiation of the subcontracteffort. Conflict of interest considerations shall apply to any subcontracted effort.

4. WORK REQUIREMENTS

The contractor shall prepare, layout, assemble, format, and technical edit the AMP Audit Reportfor GGNS. The format and content of the deliverables shall be consistent NUREG-1379,"NRC Editorial Style Guide," Revision 2, and follow Section 2.6.1 "NRC's Plain Language andEditorial Guidelines" of NRC Management Directive 3.7, "NUREG-Series Publications,"(MD 3.7).

Recommended technical editorial changes should be provided to the TM in a track changesformat for review. TM may provide comments and revisions to the AMP Audit Report to thecontractor, requiring turnaround within 1-2 business days, as directed by TM. The contractorshall revise the AMP Audit Report based on comments and revisions provided by the TM andsubmit a final AMP Audit Report.

Page 2 of 6

Page 9: TL'HP -ADM -00 - NRC

NRC-HQ-11 -C-03-0095 NRC-HQ-12-T-03-0001

5. PERFORMANCE REQUIREMENTS

The deliverables required under this effort shall conform to the standards contained, orreferenced, in the SOW. The Performance Requirements Summary (Attachment 1) outlinesthe performance requirements, deliverables, acceptable standards, surveillance method, andincentives and/or deductions applicable to this effort.

6. MEETINGS AND TRAVEL

No meeting and travel are anticipated.

7. NRC FURNISHED MATERIALS

The TM or P0 will provide the contractor with the AMP Audit Report framework. The TM or POcan also provide other applicable background information and reference documentation.

The following NUREG reports related to this effort are available through the NRC AgencywideDocument Access and Management System (ADAMS).

NUREG-1379, "NRC Editorial Style Guide," Revision 2, is available through ADAMS at:http://www. nrc.gov/reading-rm/adams/web-based. html (Accession No. ML041050307)

NUREG-0544, "NRC Collection of Abbreviations," Revision 2, is available through ADAMS at:

http://www.nrc.gov/reading-rm/adams/web-based.html (Accession No. ML041050544)

An electronic copy of MD 3.7 will be provided if requested by the contractor.

8. LICENSE FEE

The work performed under this SOW is license fee recoverable.

9. PERIOD OF PERFORMANCE

The period of performance shall be from date of task order award to May 18, 2012.

10. DELIVERABLES AND REPORTING REQUIREMENT

The contractor shall provide the deliverable in electronic format (Microsoft ® Office Word 2007or NRC designated word processing).

The NRC will provide a printed or electronic representation of how the deliverable shouldappear. The deliverable will include at minimum a word processing source file. The currentagency word processing standard is Microsoft ® Office Word 2007. The contractor shall usethe latest agency-designated version of this agency standard. The source files shall beautomated structured, and reusable (i.e., applies templates, contain automatic bookmarks, have"live" Web links). The contractor shall consider long-term use and revision when establishingstyles. This will be evidenced by styles that are constructed for ease of use and that applyautomated functions. The contractor shall provide a style sheet itemizing the specifications for

Page 3 of 6

Page 10: TL'HP -ADM -00 - NRC

NRC-HQ-11 -C-03-0095 NRC-HQ-1 2-T-03-0001

each style or tag applied in the word processing program. For example, the style sheet willnote the name of the style, formatting details, and the specific functions of and use for eachstyle. The contractor shall include corrections to meet quality standards as a part of thisdeliverable.

The contractor shall ensure the deliverables are in NRC-approved version of Microsoft ® OfficeWord 2007 and the file shall use the following:

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

jump to specific sections of the text4. Headers and other structural markup5. List and link figures, equations, tables, etc.6. Formatted tables with simple columns (do not nest tables, mark column headers if

possible)7. Embedded fonts and objects

The contractor shall provide deliverables that are accessible, and Web-enabled DOC sourcefiles that meet Federal and agency requirements for publications.

Electronic files shall be the following:* Accessible: comply with Section 508 of the Rehabilitation Act; accessible to screen

readers; high contrast in black and white if any color is used; any information conveyedwith, color is conveyed equally well when color is not available.

" Web-enabled (electronic): bookmarks for navigation (generated by Microsoft ® OfficeWord 2007, or current NRC designated word processing software, as directed by theTM, with the heading styles applied); live links to Web sites (entire URL shall be active);meet NRC Web publication standards; enabled for Fast Web view; match agencywideelectronic standards (http://www.nrc.qov/site-help/e-submittals.html).

The contractor shall use the following guidelines for file names:* Use ASCII letters (a-z, A-Z), digits (0-9), underscores and hyphens ("_" and "-")0 Do not use spaces, quotation marks, diacritic marks or other special/non-printing

characters* Reserve the period (".", full stop) for the file extension at the end of the filename

In addition to general document quality standards, the contractor shall meet the followingstandards in:

* U.S. Government Printing Office (GPO) Style Manual* NUREG-1379, "NRC Editorial Style Guide," Revision 2* NUREG-0544, "NRC Collection of Abbreviations," Revision 4* License Renewal Project Manager Handbook, Attachment 9, "Safety Evaluation Report

(SER) Style Guide"• License Renewal Project Manager Handbook, Aitachment 29, "Safety Evaluation Report

Writing Guide Lines and Samples"* M.D 3.7, "NUREG-Series Publications"* www.plainlanquage.Qov

Page 4 of 6

Page 11: TL'HP -ADM -00 - NRC

NRC-HQ-11 -C-03-0095 NRC-HQ-12-T-03-0001

0 Section 508 of the Rehabilitation Act

In cases where the SER style guides conflicts with any of the guidance listed above, thecontractor shall follow the SER style guide. If SER style guides are being revised, the TM mayprovide guidance in lieu of the SER style guide.

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

The contractor shall be responsible for services to improve the quality, clarity, and consistencyof the AMP Audit Report. The contractor shall also be responsible for the following:

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

improve their visual effectiveness9. The accuracy of references and cross-references10. Verifying references are available to the public11. Consistency of text, figures, table headings, and section headings with the table of

contents12. Pagination-verifying page numbers are consistent with the table of contents and index

Items determined to be missing or incorrect will be corrected by the contractor. If notincorporated after initial identification by NRC, the contractor will add/correct at its own expense.

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

11. DELIVERABLES SCHEDULE

DELIVERABLE SCHEDULE

DESCRIPTION DUE

Draft AMP Audit Report May 4, 2012

Final Amp Audit Report May 11, 2012

Page 5 of 6

Page 12: TL'HP -ADM -00 - NRC

NRC-HQ-I 1 -C-03-0095 NRC-HQ-12-T-03-0001

12. ATTACHMENTS

1. Performance Requirement Summary

Page 6 of 6

Page 13: TL'HP -ADM -00 - NRC

NRC-HQ-11 -C-03-0095 NRC-HQ-12-T-03-0001

PERFORMANCE REQUIREMENT SUMMARYPerformance Standard Method of Review Incentives/

Requirement andDeliverables Deduction

Aging Management Deliverable of the Deliverable of the Full payment forProgram (AMP) Audit Grand Gulf Nuclear Grand Gulf Nuclear 100% compliance.Report Station AMP Audit Station AMP Audit

Report Report

Attachment 1