Contract No. NRC-HQ-60-14-C-0009.

49
SOLICITATIONICONTRACTIORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 1. REQUISITION NUMBER RES-14-0469 PAGE OF 1 I 48 2. CONTRACT NO. 3. AWARD/ 4. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION NRC-HQ-60-14-C-0009 EFFECTIVE DATE NRC-HQ-60-14-R-0013 ISSUE DATE 09/23/2014 08/14/2014 7. FOR SOLICITATION . a, NAME b. TELEPHONE NUMBER (No collect calls) 8. OFFER DUE DATE/LOCAL TIME INFORMATION CALL: GEOFFREY COLEMAN 301-287-0934 9. ISSUED BY CODE NRCHQ 10. THIS ACQUISITION IS Ml UNRESTRICTED OR L1 SET ASIDE: % FOR: WOMEN-OWNED SMALL BUSINESS US NRC - HQ El SMALL BUSINESS E] (WOSB) ELIGIBLE UNDER THE WOMEN*OWNED ACQUISITION MANAGEMENT DIVISION L] HUBZONE SMALL SMALL BUSINESS PROGRAM NAICS: 541990 MAIL STOP 3WFN-05-C64MP BUSINESS [ EDWOSB WASHINGTON DC 20555-0001 SERVICE-DISABLED El 8(A) VETERANWCWNED SIZE STANDARD: $ 14 .0 SMALL BUSINESS 11. DEUVERY FORl FOB DESTINA- 2. DISCOUNT TERMS i3b. RATING TION UNLESS BLOCK IS 13a. THIS CONTRACT is A MARKED RATED ORDER UNDER E14. METHOD OF SOLICITATION [] EE CHEUL DPS (5 FR 00)I-IRFQ rTIFB 0] RFP 15. DELIVER TO CODE INRCHQ 16. ADMINISTERED BY CODE •RCHQ US NUCLEAR REGULATORY COMMISSION- US NRC - HQ MAIL PROCESSING CENTER ACQUISITION MANAGEMENT DIVISION 4930 BOILING BROOK PARKWAY MAIL STOP 3WFN-05-C64MP ROCKVILLE MD 20852 WASHINGTON DC 20555-0001 17a. CONTRACTOR) CODE 632487315 FACILITY 18s. PAYMENT WLL BE MADE BY CODE [NRCPAYMENTS OFFEROR CODE3 NDVANCED NUCLEAR TECHNOLOGY INTERNATIONAL US NUCLEAR REGULATORY COMMISSION kNALYSVAGEN 5 ONE WHITE FLINT NORTH %IOLNLYCKE 43533 11555 ROCKVILLE PIKE MAILSTOP 03-E17A ROCKVILLE MD 20852-2738 TELEPHONE NO. [] 17b. CHECK IF REMITTANCE IS DIFFERENTAND PUT SUCHADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED FSEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIESISERVICES QUANTITY UNIT UNIT PRICE AMOUNT Annual Review of Non-US Nuclear Fuel and Cladding Technology Period of Performance: 09/23/2014 to 09/22/2015 (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 6. TOTAL AWARD AMOUNT (For Govt. Use Only) -OI4-X0200-FEEBASED-60-60D 003-il-6-213-1045-252A $274,000.00 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA LI ARE El ARE NOTA'-ACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA rOARE Z) ARE NOT ATTACHED. K12B. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 5 0 29. AWARD OF CONTRACT: REF. OFFEF COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER DATED 08/26/2014 . YOUR OFFER ON SOLICITATION (BLOCK 5), ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. HEREIN, IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFERORICONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) JL7'2eC' (Or ?Ipc 30b. NAME ND TITLE OF fIGNER (Type or pint) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type orpant) 31c. DATE SIGNED f~~~~66L4~ý_p fjJji M X~(4~iA• ~~ONIQUE B. WILLIAMS NUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV. 2)2012) 'REVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 SUNSI REVIEW COMPLL SEP 3 0 2014 ARt'J1B. 1FIA FT - ... OD

Transcript of Contract No. NRC-HQ-60-14-C-0009.

Page 1: Contract No. NRC-HQ-60-14-C-0009.

SOLICITATIONICONTRACTIORDER FOR COMMERCIAL ITEMSOFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30

1. REQUISITION NUMBER

RES-14-0469PAGE OF

1 I 482. CONTRACT NO. 3. AWARD/ 4. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATIONNRC-HQ-60-14-C-0009 EFFECTIVE DATE NRC-HQ-60-14-R-0013 ISSUE DATE

09/23/2014 08/14/20147. FOR SOLICITATION . a, NAME b. TELEPHONE NUMBER (No collect calls) 8. OFFER DUE DATE/LOCAL TIME

INFORMATION CALL: GEOFFREY COLEMAN 301-287-09349. ISSUED BY CODE NRCHQ 10. THIS ACQUISITION IS Ml UNRESTRICTED OR L1 SET ASIDE: % FOR:

WOMEN-OWNED SMALL BUSINESSUS NRC - HQ El SMALL BUSINESS E] (WOSB) ELIGIBLE UNDER THE WOMEN*OWNED

ACQUISITION MANAGEMENT DIVISION L] HUBZONE SMALL SMALL BUSINESS PROGRAM NAICS: 541990

MAIL STOP 3WFN-05-C64MP BUSINESS [ EDWOSB

WASHINGTON DC 20555-0001 SERVICE-DISABLED El 8(A)VETERANWCWNED SIZE STANDARD: $ 14 .0SMALL BUSINESS

11. DEUVERY FORl FOB DESTINA- 2. DISCOUNT TERMS i3b. RATINGTION UNLESS BLOCK IS 13a. THIS CONTRACT is AMARKED RATED ORDER UNDER

E14. METHOD OF SOLICITATION[] EE CHEUL DPS (5 FR 00)I-IRFQ rTIFB 0] RFP

15. DELIVER TO CODE INRCHQ 16. ADMINISTERED BY CODE •RCHQ

US NUCLEAR REGULATORY COMMISSION- US NRC - HQMAIL PROCESSING CENTER ACQUISITION MANAGEMENT DIVISION4930 BOILING BROOK PARKWAY MAIL STOP 3WFN-05-C64MPROCKVILLE MD 20852 WASHINGTON DC 20555-0001

17a. CONTRACTOR) CODE 632487315 FACILITY 18s. PAYMENT WLL BE MADE BY CODE [NRCPAYMENTSOFFEROR CODE3

NDVANCED NUCLEAR TECHNOLOGY INTERNATIONAL US NUCLEAR REGULATORY COMMISSIONkNALYSVAGEN 5 ONE WHITE FLINT NORTH%IOLNLYCKE 43533 11555 ROCKVILLE PIKE

MAILSTOP 03-E17AROCKVILLE MD 20852-2738

TELEPHONE NO.

[] 17b. CHECK IF REMITTANCE IS DIFFERENTAND PUT SUCHADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOWIS CHECKED FSEE ADDENDUM

19. 20. 21. 22. 23. 24.ITEM NO. SCHEDULE OF SUPPLIESISERVICES QUANTITY UNIT UNIT PRICE AMOUNT

Annual Review of Non-US Nuclear Fuel and CladdingTechnologyPeriod of Performance: 09/23/2014 to 09/22/2015

(Use Reverse and/or Attach Additional Sheets as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA 6. TOTAL AWARD AMOUNT (For Govt. Use Only)

-OI4-X0200-FEEBASED-60-60D 003-il-6-213-1045-252A $274,000.0027a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA LI ARE El ARE NOTA'-ACHED.

27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA rOARE Z) ARE NOT ATTACHED.

K12B. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 5 0 29. AWARD OF CONTRACT: REF. OFFEF

COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER DATED 08/26/2014 . YOUR OFFER ON SOLICITATION (BLOCK 5),ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTHSHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. HEREIN, IS ACCEPTED AS TO ITEMS:

30a. SIGNATURE OF OFFERORICONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

JL7'2eC' (Or ?Ipc30b. NAME ND TITLE OF fIGNER (Type or pint) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type orpant) 31c. DATE SIGNED

f~~~~66L4~ý_p fjJji M X~(4~iA• ~~ONIQUE B. WILLIAMSNUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV. 2)2012)'REVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212

SUNSI REVIEW COMPLLSEP 3 0 2014 ARt'J1B.1FIA FT -... OD

Page 2: Contract No. NRC-HQ-60-14-C-0009.

S6LICITATIONICONTRACTIORDER FOR L ._AMERCIAL ITEMSOFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30

I REQUISITION NUMBER

RES-14-0469PAGE OF

11 482. CONTRACT NO 3. AWARD/ 4. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION

NRC-HQ-60-14-C-0009 EFFECTIVE DATE NRC-HQ-60-14-R-0013 ISSUE DATE

09/23/2014 08/14/20147. FOR SOLICITATION L a. NAME b TELEPHONE NUMBER (No collect calls) B. OFFER DUE DATEILOCAL TIME

INFORMATION CALL: GEOFFREY COLEMAN 301-287-0934

9. ISSUED BY CODE NRCHQ 10. THIS ACQUISITION IS '.J UNRESTRICTEDOR L]SETASIDE: % FOR.

WOMEN-OWNED SMALL BUSINESSUS NRC - HQ F] SMALL BUSINESS F] (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED

ACQU I SIT ION MANAGEMENT DIVISION ,. HUBZONE SMALL RMAI l RI IRINFrq PRI)IIRAM NAICS: 541990

MAIL STOP 3WFN-05-C64MP BUSINESS FE EDWOSB

WASHINGTON DC 20555-0001 D SERVICE-DISABLED 3 8(A)VETERAN-OWNED SIZE STANDARD $ .0SMALL BUSINESS

11. DELIVERY FOR FOB DESfINA- 12. DISCOUNT TERMS 13b. RATINGTION UNLESS BLOCK IS Dl 13a. THIS CONTRACT ISAMARKED RATED ORDER UNDER 14. METHOD OF SOLICITATIONE] SEE SCHEDULE DPAS (15 CFR 700) DRFO EIFB D RFP

15. DELIVER TO CODE NRCHQ 16. ADMINISTERED BY CODE JNRCHQ

US NUCLEAR REGULATORY COMMISSION- US NRC - HQMAIL PROCESSING CENTER ACQUISITION MANAGEMENT DIVISION4930 BOILING BROOK PARKWAY MAIL STOP 3WFN-05-C64MPROCKVILLE MD 20852 WASHINGTON DC 20555-0001

17a. CONTRACTOR/ CODE 632487315 FACILITY 18a. PAYMENT WILL BE MADE BY CODE INRCPAYMENTSOFFEROR CODE I

ADVANCED NUCLEAR TECHNOLOGY INTERNATIONAL US NUCLEAR REGULATORY COMMISSIONANALYSVAGEN 5 ONE WHITE FLINT NORTHMOLNLYCKE 43533 11555 ROCKVILLE PIKE

MAILSTOP 03-EI7A

ROCKVILLE MD 20852-2738

TELEPHONE NO.

E)17b. CHECK IF REMITTANCE IS DIFFERENTAND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW

IS CHECKED LISEE ADDENDUM

19. 20. 21. 22. 23. 24.

ITEM NO SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNITPRICE AMOUNT

Annual Review of Non-US Nuclear Fuel and CladdingTechnologyPeriod of Performance: 09/23/2014 to 09/22/2015

(Use Reverse and/or Attach Additional Sheets as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only)

2014-X0200-FEEBASED-60-60D003-11-6-213-1045-252A $274,000.00

C 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52-212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA FO ARE F] ARE NOT ATTACHED.

27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA D] ARE [NJ ARE NOT ATTACHED.

Xj28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 I] 29. AWARD OF CONTRACT: . OFFER

COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER DATED 08 / 26 / 201 4 . YOUR OFFER ON SOLICITATION (BLOCK 5),ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH

SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. HEREIN. IS ACCEPTED AS TO ITEMS:

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

30b. NAME AND TITLE OF SIGNER (Type orprint) 3Dc. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type orprint) 31c. DATE SIGNED

MONIQUE B. WILLIAMS 09/23/2014

AUTHORIZED FOR LOCAL REPRODUCTION

PREVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV. 2/2012)Prescribed by GSA - FAR (48 CFR) 53.212

Page 3: Contract No. NRC-HQ-60-14-C-0009.

SECTION A SCHEDULE OF SUPPLIES/SERVICES ................................................................................................. 3A.I TITLE AND BRIEF DESCRIPTION OF WORK .................................................................................................... .

A.2 CONSIDERATION AND OBLIGATION- FIRM FIXED PRICE (AUG 2011) ................................................ 3A .3 PE R IO D O F PE R FO R M A N C E .................................................................................................................................. 3A .4 P R IC E SC H E D U L E ..................................................................................................................................................... 3SECTION B. DESCRIPTION/SPECIFICATION/WORK STATEMENT ................................................................... 6S T A T E M E N T O F W O R K ......................................................................................................................................................... 6DESCRIPTION/SPECIFICATIONS/WORK STATEMENT .......................................................................................... 6SE C T IO N C C L A U SE S .....................................................................................................................................C.1 CONTRACT CLAUSES INCORPORATED BY REFERENCE ............................... ; ...................................... 22C .2 C ontract C lauses in F ull T ext ......................................................................................................................................... 23C.2.1 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (FEB 2012) ................. 23C.2.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OREXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2014) ................................................................................... 28C.2.3 52.216-22 INDEFINITE QUANTITY (OCT 1995) ....................................................................................... 34C.2.4 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) .......................................................................... 34C.2.5 52.217-9 Option to Extend Term of Contract (MAR 2000) .............................................................................. 34C .3 N R C L O C A L C L A U SE S ........................................................................................................................................... 34K EY PER SO N N E L (JAN 1993) ............................................................................................................................................. 34C.3.1 ELECTR O NIC PAYM ENT (SEP 2013) .............................................................................................................. 35C.3.2 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENT/REMITTANCEA D D RE S S ................................................................................................................................................................................. 35C.3.3 G REEN PUR CH ASING (SEP 2013) .................................................................................................................... 35C.3.4 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTORE M P L O Y E E S .......................................................................................................................................................................... 36C.3.5 SECURITY REQUIREMENTS RELATING TO THE PRODUCTION OF REPORT(S) OR THEPUBLICATION OF RESULTS UNDER CONTRACTS, AGREEMENTS, AND GRANTS ...................................... 36C.3.6 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS ........................................... 37C.3.7 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS ........................................ 38C.3.8 'CONTRACTING OFFICER REPRESENTATIVE .................................................................................................. 38SECTION D DOCUMENTS, EXHIBITS, ATTACHMENTS ................................................................................... 41ATTACHMENT 2: BILLING INSTRUCTIONS ................................................................................................................ 45

Page 4: Contract No. NRC-HQ-60-14-C-0009.

SECTION A SCHEDULE OF SUPPLIES/SERVICES

A.1 TITLE AND BRIEF DESCRIPTION OF WORK

ANNUAL REVIEW OF NON-US NUCLEAR FUEL AND CLADDING TECHNOLOGIES

The U.S. Nuclear Regulator, Commission requires contractor support to provide all personnel, equipment,supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal servicesnecessary to perform the Annual Review of Non-US Nuclear Fuel and Cladding Technology defined in theStatement of Work.

A.2 CONSIDERATION AND OBLIGATION- FIRM FIXED PRICE (AUG 2011)

(a) The ceiling price to the Government for full performance under this contract is $274,000.00. The ceilingprice for the base period is $79,000.

(b' This contract is subject to the minimum and maximum ordering limits set forth in the contract.

(c) The amount presently obligated with respect to this contract is $66,000.00. The obligated amount shall, at notime, exceed the contract ceiling as specified in paragraph (a) above. When and if the amount(s) paid and payableto the Contractor hereunder shall equal the obligated amount, the Contractor shall not be obligated to continueperformance of the work unless and until the Contracting Officer shall increase the amount obligated with respectto this contract, in accordance with FAR Part 43 - Modifications. Any work undertaken by the Contractor inexcess of the obligated amount specified above is done so at the Contractor's sole risk and may not be reimbursedby the Government.

A.3 PERIOD OF PERFORMANCE

It is anticipated that the period of performance will commence on 09/2'3)/201. and expires on 097/22/201. Theterm of this contract maybe extended at the option of the Government for an additional (4) option periods of 12months.

A.4 PRICE SCHEDULE

Base Year (POP: 09/23/2014 through 09/22/2015):

FixedCLIN No. Description Estimated Unit

Quantir' Price Total Price0001 Annual Review of Non-US Fuel & Cladding,

Technolop, AND Special Topic Chapters n0003 1 IZNA 12 Special Topic Reports

0004 AWIKI & LDB OR Reports of EquivalentValue

0005 Interim Drv Storage Handbook0006 Fuel Designing Review Handbook-

0008 LCCI 0 Membership

Total Price for Base Year: $79,000.00

3

Page 5: Contract No. NRC-HQ-60-14-C-0009.

Option Year I (POP: 09/23/2015 through 09/22/2016)

Total Price for Option Year 1: $51,000.00

Option Year 2: (POP: 09/23/2016 through 09/22/2017)

CLIN No. Description Estimated Fixed___L1_____ ____. ___ Description__Quantity Unit Price Total Price

2001 Annual Review 2016 of Non-US Fuel &Cladding, Technology _ _ _ _

2002 Special Topic Chapter OR Reports ofEquivalent Value

2003 IZNA 15 Special Topic Reports

2005 IZNA 16 Special Topic Reports

2006 AWIKI & LDB OR Reports of EquivalentValue

Total Price for Option Year 2: $52,000.00

.Option Year 3: (POP: 09/23/2017 - 09/22/2018)CLIN No. Estimated Fixed Total Price

CL1N No. • Description Quantity Unit Price

3001 Annual Review 2017 of Non-US Fuel &

3002 Special Topic Chapter OR Reports of3003 IZNA .1 7 Special Topic Reports

3005 AWIKI & LDB OR Reports of EquivalentValue ! _,

Total Price for Option Year 3: S46,000.00

4

Page 6: Contract No. NRC-HQ-60-14-C-0009.

!I

Option Year 4: (POP: 09/23/2018 - 09/22/2019)

CLIN No. Description Estimated FixedUnit Price

4001 Annual Review 20]15 of Non-US Fuel L&4001________ A R 2 oSCladding Technology _ _ _ _

4002 Special Topic Chapter OR Reports ofEquivalent Value__ _

4003 IZNA 18 Special Topic Reports

4004 AWIKI & LDB OR Reports of EquivalentValue 1 E

Total Price for Option Year 4: $46.000.00

Total Ceiling Price Base Year and Options: $274,000.00

5

Page 7: Contract No. NRC-HQ-60-14-C-0009.

SECTION B. DESCRIPTION/SPECIFICATION/WORK STATEMENT

STATEMENT OF WORK

Annual Review of Non-US Nuclear Fuel and Cladding Technologies

DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

B. 1 Title of Project

This is a non-personal services contract to provide the Annual Review of Non-US Nuclear Fuel and CladdingTechnology.

B.2 Introduction

This acquisition fulfills NRC's need to be cognizant of international research and technology developmentsrelated to nuclear fuel, nuclear fuel cladding, and zirconium for nuclear applications. It is important for NRC to beaware of such developments because they can reveal emerging regulatory and safety issues as well as impactregulations pertaining to the safety of the nuclear fuel system in the US. This includes operating reactors, newreactors, and spent fuel. This is evidenced by the fact that the main user offices NRR, NRO, and NMSS have allexpressed a need or an interest for the products and services that are the subject of this acquisition.

The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials,supervision, and other items and non-personal services necessary to perform the Annual Review of Non-USNuclear Fuel and Cladding Technology as defined in this SOW, except for those items specified as Government-furnished property and services. The contractor shall perform to the standards in this contract/order.

C.3 Background

The U.S. Nuclear Regulatory Commission Office of RES/DSA/FSCB conducts research in the area of nuclearfuel and zirconium technologies, fuel and zirconium performance during steady-state reactor operation andtransients, new and advanced fuel and cladding technologies, and spent fuel storage and transportation. TheOffice also provides technical information for developing staff positions for evaluating licensee's documents; andmonitors domestic and international research activities related to branch technical areas. This activity requires theagency to gather and assemble information for archival and evaluation of plant experience with research data andinformation.

This acquisition fulfills NRC's need to be cognizant of international research and technology developmentsrelated to nuclear fuel, nuclear fuel cladding, and zirconium for nuclear applications. It is important for NRC to beaware of such developments because they can reveal emerging regulatory and safety issues as well as impactregulations pertaining to the safety of the nuclear fuel system in the US. This includes operating reactors, newreactors, and spent fuel. This is evidenced by the fact that the main user offices NRR, NRO, and NMSS have allexpressed a need or an interest for the products and services that are the subject of this acquisition.

This acquisition is a renewal of orders previously placed with ANT International for the same products andservices, which were provided in 2011 and 2012, but were then cut from the budget as a result of sequestration.The previous period of performance was from 01/01/2011 to 12/31/2012, and the total dollar amount of theprevious orders was $52,500. The work was completed in December 2012 and with very high quality and highdegree of satisfaction from the user offices.

6

Page 8: Contract No. NRC-HQ-60-14-C-0009.

As a result of the high quality and usefulness of the products obtained from ANT International in the past, the user

offices have stated their interest in placing new orders with ANT International.

C.4 Objective

This acquisition is to obtain products and services consisting of (1) custom reports on "Annual Review of Non-USNuclear Fuel and Cladding Technologies", (2) including custom topic chapters on subjects to be decided eachyear as needed, (3) off-the-shelf reports consisting of the IZAN Special Topic Reports published annually byANT, (4) ad hoc consulting, and (5) access to ANT's AWIKI and LDB online resources for in depth informationon the topics of nuclear fuel and cladding. The range of topics to be covered all pertain to nuclear fuel andcladding, but cover a number of different aspects of interest to NRR, NRO, and NMSS. Specifically, the option toadd two custom topics per year to the annual review of fuel and cladding technology will exist, and the option topurchase access to ANT International's AWIKI (ANT Wiki: a nuclear fuel and cladding online encyclopedia) andLDB (Literature Data Base) will be part of the scope of work.

C.5 Type of Contract Contemplated

The contract type contemplated for this requirement is a fixed-price contract with options.

C.6 Scope of Work

The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in thisStatement of Work (SOW). The contractor shall provide both customized and off-the-shelf reports on topicsrelated to non-US developments in nuclear fuels and cladding technologies, as well as access to the onlineresources AWIKI and ANT's LDB. Services include ad-hoc consulting on a limited basis. The contractor shallprovide the NRC with the latest information on nuclear fuel and cladding technological developments occurringoutside the US, so as to evaluate the potential impact of these developments on US regulations and US plantoperations related to nuclear fuel. This information shall include nuclear fuels and cladding information publishedin scientific journals and presented at conferences outside the US.

ANT will provide a custom report based on information it collects annually, titled "Annual Review of Non-USNuclear Fuel and Cladding Technology", including custom topics to be determined annually between NRC andANT. ANT will also provide access to its AWIKI and LDB online tools, and will provide NRC with the fuelsrelated IZNA topical reports it writes annually, including past IZNA reports not already in NRC's possession.

To perform the work, ANT shall rely on its independent network if international experts. The reports shall bereviewed for accuracy and completeness by ANT's experts, and published and sent to the NRC both in hard-copyand in digital format. ANT shall operate from its home base in Mbi1nlycke, Sweden.

NRC shall be given a chance to review the reports and ask for clarification and comments from ANT expertswhere needed.C.7 Work Requirements

During the period of performance, the contractor shall compile the necessary information to produce the reportsordered by NRC, write the reports, publish them, and send them to NRC in hard-copy and digital format. Thereports will be expected by June 301h of each year during the period of performance, to allow for 3 months forNRC review prior to the end of the contract year (September 30t" of each year). The report contents shall beverified for accuracy by the ANT experts, and the publication quality shall be consistent with prior years'products (obtained under previous agreements with NRC in 2011 and 2012).

7

Page 9: Contract No. NRC-HQ-60-14-C-0009.

C.7.1 Specific Tasks

The contractor shall perform the following tasks/sub-tasks:

Base Year. 2014-2015

* Task 1.1: The contractor shall produce a custom report consisting of the 2014 "Annual Review of Non-US Nuclear Fuel and Cladding Technology", to include burnup achievements and fuel performance issuesoutside the US, new developments in fuel and cladding fabrication, non-US research and in-reactorperformance of Zirconium alloys and new fuel forms including additive fuel, and new developments inintermediate and final storage (or disposal) of nuclear fuel. 4 hard copies and 4 digital copies shall beprovided to NRC by the contractor.

* Task 1.2: The contractor shall include in the "Annual Review of Non-US Nuclear Fuel and CladdingTechnology" the topic of lead-test programs outside the US.

" Task 1.3: The contractor shall include in the "Annual Review of Non-US Nuclear Fuel and CladdingTechnology" the topic of advanced fuel and cladding designs and materials outside the US.

* Task 1.4: The contractor shall provide NRC with its published report titled "Interim Dry StorageHandbook". 4 hard copies and I digital copy shall be provided to NRC by the contractor.

" Task 1.5: The cor. -:actor shall provide NRC with the IZNA 12 reports: "High Strength Nickel Alloys forFuel Assemblies", and "High Burnup Fuel Design Issues and Consequences". 4 hard copies and 1 digitalcopy shall be provided to NRC by the contractor for each report.

* Task 1.6: The contractor shall provide NRC with the "Fuel Design Review Handbook (FDRH)". 3 hardcopies and 1 digital copy shall be provided to NRC by the contractor.

• Task 1.7: The contractor shall provide NRC with access to the AWIKI and LDB for 1 year, for any NRCuser who has a need to access AWIKI and LDB.

* Task 1.8: The contractor shall provide ad-hoc consulting services: Ad-hoc consulting services wouldconsist of responding to questions or comments from the NRC stated in an e-mail or telephone call. Theresponse would be based on the existing knowledge of the contractor's expert and/or require less than onehour for his response.

* Task 1.9: The contractor shall provide detailed information on Contractor's LLC 9-10 Program on Plantchemistry which includes, LLC 9-10 Reports on Plant Chemistry consisting of: (1) Annual Report on KeyEmerging Issues and Recent Progress Relating to Plant Chemistry and Corrosion; (2) Review of keyinformation published during the last 12 months (LLC 9-10): and (3) Annual Report on OperationalIssues and Practices (LLC 9-10).

Option Year 1.: 2015-2016

* Task 2.1: The contractor shall produce a custom report consisting of the 2015 "Annual Review of Non-US Nuclear Fuel and Cladding Technology", to include burnup achievements and fuel performance issuesoutside the US, new developments in fuel and cladding fabrication, non-US research and in-reactorperformance of Zirconium alloys and new fuel forms including additive fuel, and new developments inintermediate and final storage (or disposal) of nuclear fuel. 4 hard copies and 4 digital copies shall beprovided to NRC by the contractor.

" Task 2.2: The contractor shall include in the "Annual Review of Non-US Nuclear Fuel and CladdingTechnology" two precisely defined sub-topics to be determined by NRC and agreed upon between NRCand the contractor. NRC shall have the option to not order this task and to substitute it for the purchase ofother off-the-shelf ANT reports of equal value.

8

Page 10: Contract No. NRC-HQ-60-14-C-0009.

" Task 2.3: The contractor shall provide NRC with the IZNA 13 reports: "Mechanical Testing of ZirconiumAlloys", volumes I and 2. 4 hard copies and 1 digital copy shall be provided to NRC by the contractor foreach report.

" Task 2.4: The contractor shall provide NRC with the IZNA 14 reports: "Hot Cell Post-IrradiationExamination Techniques". 4 hard copies and I digital copy shall be provided to NRC by the contractorfor each report.

" Task 2.5: The contractor shall provide NRC with access to the AWIKI and LDB for 1 year, for any NRCuser who has a need to access AWIKI and LDB. NRC shall have the option to not order this task and tosubstitute it for the purchase of other off-the-shelf ANT reports of equal value.

" Task 2.6: The contractor shall provide ad-hoc consulting services: Ad-hoc consulting services wouldconsist of responding to questions or comments from the NRC stated in an e-mail or telephone call. Theresponse would be based on the existing knowledge of the contractor's expert and/or require less than onehour for his response.

Option Year 2. 2016-2017

" Task 3.1: The contractor shall produce a custom report consisting of the 2016 "Annual Review of Non-US Nuclear Fuel and Cladding Technology", to include burnup achievements and fuel performance issuesoutside the US, new developments in fuel and cladding fabrication, non-US research and in-reactorperformance of Zirconium alloys and new fuel forms including additive fuel, and new developments inintermediate and final storage (or disposal) of nuclear fuel. 4 hard copies and 4 digital copies shall beprovided to NRC by the.contractor.

" Task 3.2: The contractor shall include in the "Annual Review of Non-US Nuclear Fuel and CladdingTechnology" two precisely defined sub-topics to be determined by NRC and agreed upon between NRCand the contractor. NRC shall have the option to not order this task and to substitute it for the purchase ofother off-the-shelf ANT reports of equal value.

* Task 3.3: The contractor shall provide NRC with the IZNA 15 reports. 4 hard copies and 1 digital copyshall be provided to NRC by the contractor for each report.

, Task 3.4: The contractor shall provide NRC with the IZNA 16 reports. 4 hard copies and I digital copyshall be provided to NRC by the contractor for each report.

, Task 3.5: The contractor shall provide NRC with access to the AWIKI and LDB for 1 year, for any NRCuser who has a need to access AWIKI and LDB. NRC shall have the option to not order this task and tosubstitute it for the purchase of other off-the-shelf ANT reports of equal value.

, Task 3.6: The contractor shall provide ad-hoc consulting services: Ad-hoc consulting services wouldconsist of responding to questions or comments from the NRC stated in an e-mail or telephone call. Theresponse would be based on the existing knowledge of the contractor's expert and/or require less than onehour for his response.

Option Year 3. 2017-2018

, Task 4.1: The contractor shall produce a custom report consisting of the 2017 "Annual Review of Non-US Nuclear Fuel and Cladding Technology", to include burnup achievements and fuel performance issuesoutside the US, new developments in fuel and cladding fabrication, non-US research and in-reactorperformance of Zirconium alloys and new fuel forms including additive fuel, and new developments inintermediate and final storage (or disposal) of nuclear fuel. 4 hard copies and 4 digital copies shall beprovided to NRC by the contractor.

" Task 4.2: The contractor shall include in the "Annual Review of Non-US Nuclear Fuel and CladdingTechnology" two precisely defined sub-topics to be determined by NRC and agreed upon between NRCand the contractor. NRC shall have the option to not order this task and to substitute it for the purchase ofother off-the-shelf ANT reports of equal value.

9

Page 11: Contract No. NRC-HQ-60-14-C-0009.

* Task 4.3: The contractor shall provide NRC with the IZNA 17 reports. 4 hard copies and 1 digital copyshall be provided to NRC by the contractor for each report.

* Task 4.4: The contractor shall provide NRC with access to the AWIKI and LDB for 1 year, for any NRCuser who has a need to access AWIKI and LDB. NRC shall have the option to not order this task and tosubstitute it for the purchase of other off-the-shelf ANT reports of equal value.

* Task 4.5: The contractor shall provide ad-hoc consulting services: Ad-hoc consulting services wouldconsist of responding to questions or comments from the NRC stated in an e-mail or telephone call. Theresponse would be based on the existing knowledge of the contractor's expert and/or require less than onehour for his response.

Option Year 4.: 2018-2019

" Task 5.1: The contractor shall produce a custom report consisting of the 2018 "Annual Review of Non-US Nuclear Fuel and Cladding Technology", to include bumup achievements and fuel performance issuesoutside the US, new developments in fuel and cladding fabrication, non-US research and in-reactorperformance of Zirconium alloys and new fuel forms including additive fuel, and new developments inintermediate and final storage (or disposal) of nuclear fuel. 4 hard copies and 4 digital copies shall beprovided to NRC by the contractor.

* Task 5.2: The contractor shall include in the "Annual Review of Non-US Nuclear Fuel and CladdingTechnology" two precisely defined sub-topics to be determined by NRC and agreed upon between NRCand the contractor. NRC shall have the option to not order this task and to substitute it for the purchase ofother off-the-shelf ANT reports of equal value.

* Task 5.3: The contractor shall provide NRC with the IZNA 18 reports. 4 hard copies and 1 digital copyshall be provided to NRC by the contractor for each report.

e Task 5.4: The contractor shall provide NRC with access to the AWIEKI and LDB for 1 year, for any NRCuser who has a need to access AWIKI and LDB. NRC shall have the option to not order this task and tosubstitute it for the purchase of other off-the-shelf ANT reports of equal value.Task 5.5: The contractor shall provide ad-hoc consulting services: Ad-hoc consulting services wouldconsist of responding to questions or comments from the NRC stated in an e-mail or telephone call. Theresponse would be based on the existing knowledge of the contractor's expert and/or require less than onehour for his response.

C.7.2 Contractor Skill Requirements

In order to successfully complete the work in this contract, the contractor shall possess the necessary network ofinternationally recognized experts in areas related to nuclear fuels and cladding. The network of experts shallpossess the large amount of combined experience required to develop in-depth and objective analysis of technicaldevelopments in the areas of nuclear fuel and cladding. The network of experts shall be constituted of individualsfrom diverse industry and laboratory backgrounds, both domestic and international, so as to provide the broadestand most objective view as possible.

C.7.3 Results/Deliverables

Where a written milestone deliverable is required in draft form, the NRC will indicate a completion time for theirreview of the draft deliverable, e.g. within "X" calendar days from date of receipt. The NRC will also indicate thenumber of business days the contractor has to deliver the final deliverable from date, of receipt of theGovernment's comments.

Written deliverables shall be phrased in plain (layperson) language. Statistical and other technical terminology

10

Page 12: Contract No. NRC-HQ-60-14-C-0009.

shall not be used without providing a glossary of terms.

* Task 1.1 Deliverable: "2014 Annual Review of Non-US Nuclear Fuel and Cladding Technology"(CLIN0001)

o Shall include burnup achievements and fuel performance issues outside the US, newdevelopments in fuel and cladding fabrication, non-US research and in-reactor performance ofZirconium alloys and new fuel forms including additive fuel, and new developments inintermediate and final storage (or disposal) of nuclear fuel

o 4 hard copies and 4 digital copies shall be provided to NRC by the contractor by June 30th of2015.

o The reports shall be sent to the COR via global carrier services, and the contractor shall obtainemail confirmation from the COR to verify the Government's receipt of the delivery.

* Task 1.2 Deliverable: Chapter on "Lead-Test Programs outside the US" in the "2014 Annual Review ofNon-US Nuclear Fuel and Cladding Technology" (CLIN0002)

o Delivery shall be concurrent with the delivery if the "2014 Annual Review of Non-US NuclearFuel and Cladding Technology"

0 Task 1.3 Deliverable: Chapter on "Advanced Fuel and Cladding Designs and Materials outside the US" inthe "2014 Annual Review of Non-US Nuclear Fuel and Cladding Technology" (CLIN0003)

o Delivery shall be concurrent with the delivery if the "2014 Annual Review of Non-US NuclearFuel and Cladding Technology"

* Task 1.4 Deliverable: ANT report titled "Interim Dry Storage Handbook"o 4 hard copies and I digital copy shall be provided to NRC by the contractor by December 31St of

2014. (CLIN0004)o The reports shall be sent to the COR via global carrier services, and the contractor shall obtain

email confirmation from the COR to verify the Government's receipt.of the delivery.* Task 1.5 Deliverable: IZNA 12 Special Topic Reports: "High Strength Nickel Alloys for Fuel

Assemblies", and "High Burnup Fuel Design Issues and Consequences" (CLIN0005)o 4 hard copies and I digital copy shall be provided to NRC by the contractor by December 31 St of

2014.o The reports shall be sent to the COR via global carrier services, and the contractor shall obtain

email confirmation from the COR to verify the Government's receipt of the delivery.* Task 1.6 Deliverable: "Fuel Design Review Handbook (FDRH)".

o 3 hard copies and 1 digital copy shall be provided to NRC by the contractor by December 31 St of2014. (CLIN0006)

o The reports shall be sent to the COR via global carrier services, and the contractor shall obtainemail confirmation from the COR to verify the Government's receipt of the delivery.

e Task 1.7 Deliverable: Credentials for access to AWIKI and LDB (CLIN0007)o Shall be sent to NRC via email by October 1St 2014 or the start date of this contract, whichever is

earlier.o Shall be for use by all NRC employees who have a need to access the AWIKI and LDB.

0 Task 1.8 Deliverable: Response to emails or phone calls by NRC staff to the ANT experts 2014-2015(CLIN0008)

o Initial responses to questions shall be obtained within 10 business days.* Task 1.9 Deliverables: LLC9 and LCC1O Reports on Plant Chemistry (CLIN0031)

o (1) Annual Report on Key Emerging Issues and Recent Progress Relating to Plant Chemistry andCorrosion

o (2) Review of key information published during the last 12 months (LLC 9-10)o (3) Annual Report on Operational Issues and Practices (LLC 9-10)o Task 1.9 deliverables shall be provided to NRC by the contractor by December 3 St of 2014.

11

Page 13: Contract No. NRC-HQ-60-14-C-0009.

* Task 2.1 Deliverable: "2015. Annual Review of Non-US Nuclear Fuel and Cladding Technology"(CLIN0009)

o Shall include burnup achievements and fuel performance issues outside the US, newdevelopments in fuel and cladding fabrication, non-US research and in-reactor performance ofZirconium alloys and new fuel forms including additive fuel, and new developments inintermediate and final storage (or disposal) of nuclear fuel

o 4 hard copies and 4 digital copies shall be provided to NRC by the contractor by June 30th of2016.

o The reports shall be sent to the COR via global carrier services, and the contractor shall obtainemail confirmation from the COR to verify the Government's receipt of the delivery.

T Task 2.2 Deliverable: Chapters on two custom topics agreed upon by the contractor and the NRC COR inthe "2015 Annual Review of Non-US Nuclear Fuel and Cladding Technology" OR existing ANT reportsof equal value (CLINOO10)

o The topics shall be agreed upon by December 31 "t of 2014•o Delivery shall be concurrent with the delivery if the "2015 Annual Review of Non-US Nuclear

Fuel and Cladding Technology"o IF reports are purchased instead of special topic chapters, 4 hard copies and 1 digital copy shall

be provided to NRC by the contractor by December 31 St of 2015. The reports shall be sent to theCOR via global carrier services, and the contractor shall obtain email confirmation from the CORto verify the Government's receipt of the delivery.

* Task 2.3 Deliverable: IZNA 13 Special Topic Reports: "Mechanical Testing of Zirconium Alloys",volumes I and 2 (CLIN001 1)

o 4 hard copies and 1 digital copy shall be provided to NRC by the contractor by December 31 st of2015.

o The reports shall be sent to the COR via global carrier services, dnd the contractor shall obtainemail confirmation from the COR to verify the Government's receipt of the delivery.

* Task 2.4 Deliverable: IZNA 14 Special Topic Reports: "Hot Cell Post-Irradiation ExaminationTechniques" (CLINOO 12)

o 4 hard copies and 1 digital copy shall be provided to NRC by the contractor by December 31 st of2015.

* The reports shall be sent to the COR via global carrier services, and the contractor shall obtainemail confirmation from the COR to verify the Government's receipt of the delivery.

* Task 2.5 Deliverable: Credentials for access to AWIKI and LDB OR existing ANT reports of equal value(CLINOO13)

o Shall be sent to NRC via email by October 1st 2015o Shall be for use by all NRC employees who have a need to access the AWIKI and LDB.o IF reports are purchased instead of special topic chapters, 4 hard copies and I digital copy shall

be provided to NRC by the contractor by December 31 st of 2015. The reports shall be sent to theCOR via global carrier services, and the contractor shall obtain email confirmation from the CORto verify the Government's receipt of the delivery.

* Task 2.6 Deliverable: Response to emails or phone calls by NRC staff to the ANT experts 2015-2016(CLINOO14)

o Initial responses to questions shall be obtained within 10 business days.

* Task 3.1 Deliverable: "2016 Annual Review of Non-US Nuclear Fuel and Cladding Technology"(CLINOO15)

o Shall include burnup achievements and fuel performance issues outside the US, newdevelopments in fuel and cladding fabrication, non-US research and in-reactor performance ofZirconium alloys and new fuel forms including additive fuel, and new developments inintermediate and final storage (or disposal) of nuclear fuel

12

Page 14: Contract No. NRC-HQ-60-14-C-0009.

o 4 hard copies and 4 digital copies shall be provided to NRC by the contractor by June 30th of2017.

o The reports shall be sent to the COR via global carrier services, and the contractor shall obtainemail confirmation from the COR to verify the Government's receipt of the delivery.

* Task 3.2 Deliverable: Chapters on two custom topics agreed upon by the contractor and the NRC COR inthe '2016 Annual Review of Non-US Nuclear Fuel and Cladding Technology" OR existing ANT reportsof equal value (CLIN0O16)

o The topics shall be agreed upon by December 3 1 St of 2015o Delivery shall be concurrent with the delivery if the "2016 Annual Review of Non-US Nuclear

Fuel and Cladding Technology"o IF reports are purchased instead of special topic chapters, 4 hard copies and 1 digital copy shall

be provided to NRC by the contractor by December 31 ' of 2016. The reports shall be sent to theCOR via global carrier services, and the contractor shall obtain email confirmation from the CORto verify the Government's receipt of the delivery.

" Task 3.3 Deliverable: IZNA 15 Special Topic Reports (CLIIN0O17)o 4 hard copies and 1 digital copy shall be provided to NRC by the contractor by December 31 st of

2016.o The reports shall be sent to the COR via global carrier services, and the contractor shall obtain

email confirmation from the COR to verify the Government's receipt of the delivery." Task 3.4 Deliverable: IZNA 16 Special Topic Reports (CLIN0O18)

o 4 hard copies and 1 digital copy shall be provided to NRC by the contractor by December 31 )I of2016.

o The reports shall be sent to the COR via global carrier services, and the contractor shall obtainemail confirmation from the COR to verify the Government's receipt of the delivery.

* Task 3.5 Deliverable: Credentials for access to AWIKI and LDB OR existing ANT reports of equal value(CLINOO 19)

o Shall be sent to NRC via email by October 1st 2016o Shall be for use by all NRC employees who have a need to access the AWIKI and LDB.o IF reports are purchased instead of special topic chapters, 4 hard copies and 1 digital copy shall

be provided to NRC by the contractor by December 3 1 St of 2016. The reports shall be sent to theCOR via global carrier services, and the contractor shall obtain email confirmation from the CORto verify the Government's receipt of the delivery.

" Task 3.6 Deliverable: Response to emails or phone calls by NRC staff to the ANT experts 2016-2017(CLIN0020)

o Initial responses to questions shall be obtained within 10 business days.

* Task 4.1 Deliverable: "2017 Annual Review of Non-US Nuclear Fuel and Cladding Technology"(CLIN002 1)

o Shall include burnup achievements and fuel performance issues outside the US, newdevelopments in fuel and cladding fabrication, non-US research and in-reactor performance ofZirconium alloys and new fuel forms including additive fuel, and new developments inintermediate and final storage (or disposal) of nuclear fuel

o 4 hard copies and 4 digital copies shall be provided to NRC by the contractor by June 30th of2018.

o The reports shall be sent to the COR via global carrier services, and the contractor shall obtainemail confirmation from the COR to verify the Government's receipt of the delivery.

* Task 4.2 Deliverable: Chapters on two custom topics agreed upon by the contractor and the NRC COR inthe "2017 Annual Review of Non-US Nuclear Fuel and Cladding Technology" OR existing ANT reportsof equal value (CLIN0022)

o The topics shall be agreed upon by December 31St of 2016

13

Page 15: Contract No. NRC-HQ-60-14-C-0009.

o Delivery shall be concurrent with the delivery if the "2016 Annual Review of Non-US NuclearFuel and Cladding Technology"

o IF reports are purchased instead of special topic chapters, 4 hard copies and I digital copy shallbe provided to NRC by the contractor by December 3 1st of 2017. The reports shall be sent to theCOR via global carrier services, and the contractor shall obtain email confirmation from the CORto verify the Government's receipt of the delivery.

* Task 4.3 Deliverable: IZNA 17 Special Topic Reports (CLIN0023)o 4 hard copies and I digital copy shall be provided to NRC by the contractor by December 31 St of

2017.o The reports shall be sent to the COR via global carrier services, and the contractor shall obtain

email confirmation from the COR to verify the Government's receipt of the delivery.Task 4.4 Deliverable: Credentials for access to AWIKI and LDB OR existing ANT reports of equal value(CLIN0024)

o Shall be sent to NRC via email by October 1 "2017o Shall be for use by all NRC employees who have a need to access the AWIKI and LDB.o IF reports are purchased instead of special topic chapters, 4 hard copies and I digital copy shall

be provided to NRC by the contractor by December 3 1st of 2017. The reports shall be sent to theCOR via global carrier services, and the contractor shall obtain email confirmation from the CORto verify the Government's receipt of the delivery.

* Task 4.5 Deliverable: Response to emails or phone calls by NRC staff to the ANT experts 2017-2018(CL1N0025)

o Initial responses to questions shall be obtained within 10 business days.

* Task 5.1 Deliverable: "2018 Annual Review of Non-US Nuclear Fuel and Cladding Technology"(CLIN0026)

o Shall include burnup achievements and fuel performance issues outside the US, newdevelopments in fuel and cladding fabrication, non-US research and in-reactor performance ofZirconium alloys and new fuel forms including additive fuel, and new developments inintermediate and final storage (or disposal) of nuclear fuel

o 4 hard copies and 4 digital copies shall be provided to NRC by the contractor by June 30w" of2019.

o The reports shall be sent to the COR via global carrier services, and the contractor shall obtainemail confirmation from the COR to verify the Government's receipt of the delivery.

* Task 5.2 Deliverable: Chapters on two custom topics agreed upon by the contractor and the NRC COR inthe "2018 Annual Review of Non-US Nuclear Fuel and Cladding Technology" OR existing ANT reportsof equal value (CLIN0027)

o The topics shall be agreed upon by December 31st of 2017o Delivery shall be concurrent with the delivery if the "2016 Annual Review of Non-US Nuclear

Fuel and Cladding Technology"o IF reports are purchased instead of special topic chapters, 4 hard copies and 1 digital copy shall

be provided to NRC by the contractor by December 3 1 st of 2018. The reports shall be sent to theCOR via global carrier services, and the contractor shall obtain email confirmation from the CORto verify the Government's receipt of the delivery.

* Task 5.3 Deliverable: IZNA 18 Special Topic Reports (CLIN0028)o 4 hard copies and I digital copy shall be provided to NRC by the contractor by December 31 st of

2018.o The reports shall be sent to the COR via global carrier services, and the contractor shall obtain

email confirmation from the COR to verify the Government's receipt of the delivery.* Task 5.4 Deliverable: Credentials for access to AWIKI and LDB OR existing ANT reports of equal value

(CLIN0029)

14

Page 16: Contract No. NRC-HQ-60-14-C-0009.

o Shall be sent to NRC via email by October Is" 2018o Shall be for use by all NRC employees who have a need to access the AWIKI and LDB.o IF reports are purchased instead of special topic chapters, 4 hard copies and I digital copy shall

be provided to NRC by the contractor by December 3 1st of 2018. The reports shall be sent to theCOR via global carrier services, and the contractor shall obtain email confirmation from the CORto verify the Government's receipt of the delivery.

* Task 5.5 Deliverable: Response to emails or phone calls by NRC staff to the ANT experts 2018-2019(CLUN0030)

o Initial responses to questions shall be obtained within 10 business days.

15

Page 17: Contract No. NRC-HQ-60-14-C-0009.

Contract Line Item Numbers (CLIN)

Task Task Name End Result/ Item # Due Date Specific Acceptance AssociatedNo. Deliverable Criteria with CLIN #1.1 2014 Annual Report: "2014 0001 June 30, Information must be I

Review of Annual Review 2015 accurate, complete, andNon-US of Non-US current, and arranged inNuclear Fuel Nuclear Fuel logical order.and Cladding and CladdingTechnology Technology"

1.2 "Lead-Test Chapter on 0002 June 30, Information must be 2Programs "Lead-Test 2015 accurate, complete, andoutside the US" Programs current, and arranged in

outside the US" logical order.in AnnualReview ofNon-USNuclear Fueland CladdingTechnology

1.3 "Advanced Chapter on 0003 June 30, Information must be 2Fuel and "Advanced 2015 accurate, complete, andCladding Fuel and current, and arranged inDesigns and Cladding logical order.Materials Designs andoutside the US" Materials

outside the US"in AnnualReview ofNon-USNuclear Fueland CladdingTechnology

1.4 "Interim Dry Report: 0004 December Information must be 5Storage "Interim Dry 31, 2014 accurate, complete, andHandbook" Storage current, and arranged in

Handbook" logical order.1.5 IZNA12 STR IZNA12 0005 December Information must be 3

Special Topic 31, 2014 accurate, complete, andReports current, and arranged in

logical order.1.6 "Fuel Design Report: "Fuel 0006 December Information must be 6

Review Design Review 31, 2014 accurate, complete, andHandbook" Handbook" current, and arranged in

logical order.

16

Page 18: Contract No. NRC-HQ-60-14-C-0009.

Task Task Name End Result/ Item # Due Date Specific Acceptance AssociatedNo. Deliverable Criteria with CLIN #1.7 AWIKI and Credentials for 0007 October 1, Must be valid and 4

LDB access to 2014 accessible to all NRCAWIKI and employeesLDB

1.8 Ad-hoc Responses to 0008 10 business Must be timely and 7consulting NRC staff days after accurate, must allow

questions and request for direct access tocomments. ANT experts as needed.

1.9 LCC9 and LCC9 and 0031 December Information must be 8LCCIO LCC10 Reports 31, 2014 accurate, complete, and

current, and arranged inlogical order.

2.1 2015 Annual Report: "2015 0009 June 30, Information must beReview of Annual Review 2016 accurate, complete, andNon-US of Non-US current, and arranged inNuclear Fuel Nuclear Fuel logical order.and Cladding and CladdingTechnology Technology"

2.2 Custom topics Two custom 0010 June 30, Information must be 2in Annual topic chapters 2016 accurate, complete, andReview in the "Annual OR current, and arranged inOR Review of December logical order.ANT reports Non-US 31, 2015

Nuclear Fueland CladdingTechnology"ORANT reports

2.3 IZNA13 STR IZNA13 0011 December Information must be 3Special Topic 31, 2015 accurate, complete, andReports current, and arranged in

logical order.2.4 IZNA14 STR IZNA14 0012 December Information must be 3

Special Topic 31, 2015 accurate, complete, andReports current, and arranged in

logical order.2.5 AWIKI and Credentials for 0013 October 1 , Must be valid and 4

LDB access to 2015 accessible to all NRCOR AWIKI and OR employeesANT reports LDB December OR

OR 31, 2015 Information must beANT reports accurate, complete, and

current, and arranged inlogical order.

2.6 Ad-hoc Responses to 0014 10 business Must be timely and 7consulting NRC staff days after accurate, must allow

questions and request for direct access tocomments. ANT experts as needed

17

Page 19: Contract No. NRC-HQ-60-14-C-0009.

Task Task Name End Result/ Item # Due Date Specific Acceptance AssociatedNo. Deliverable Criteria with CLIN #3.1 2016 Annual Report: "2016 0015 June 30, Information must be I

Review of Annual Review 2017 accurate, complete, andNon-US of Non-US current, and arranged inNuclear Fuel Nuclear Fuel logical order.and Cladding and CladdingTechnology Technology"

3.2 Custom topics Two custom 0016 June 30, Information must bein Annual topic chapters 2017 accurate, complete, andReview in the "Annual OR current, and arranged inOR Review of December logical order.ANT reports Non-US 31,2016

Nuclear Fueland CladdingTechnology"ORANT reports

3.3 IZNA15 STR IZNA 15 0017 December Information must be 3Special Topic 31, 2016 accurate, complete, andReports current, and arranged in

logical order.3.4 IZNA 16 STR IZNA 16 0018 December Information must be 3

Special Topic 31, 2016 accurate, complete, andReports current, and arranged in

logical order.3.5 AWIKI and Credentials for 0019 October 1, Must be valid and 4

LDB access to 2016 accessible to all NRCOR AWIKI and OR employeesANT reports LDB December OR

OR 31,2016 Information must beANT reports accurate, complete, and

current, and arranged inlogical order.

3.6 Ad-hoc Responses to 0020 10 business Must be timely and 7consulting NRC staff days after accurate, must allow

questions and request for direct access tocomments. ANT experts as needed

4.1 2017 Annual Report: "2017 0021 June 30, Information must beReview of Annual Review 2018 accurate, complete, andNon-US of Non-US current, and arranged inNuclear Fuel Nuclear Fuel logical order.and Cladding and CladdingTechnology Technology"

18

Page 20: Contract No. NRC-HQ-60-14-C-0009.

Task Task Name End Result/ Item # Due Date Specific Acceptance AssociatedNo. Deliverable Criteria with CLIN #4.2 Custom topics Two custom 0022 June 30, Information must be 2

in Annual topic chapters 2018 accurate, complete, andReview in the "Annual OR current, and arranged inOR Review of December logical order.ANT reports Non-US 31, 2017

Nuclear Fueland CladdingTechnology"ORANT reports

4.3 IZNA 17 STR IZNA17 0023 December Information must be 3Special Topic 31, 2017 accurate, complete, andReports current, and arranged in

logical order.4.4 AWIKI and Credentials for 0024 October 1, Must be valid and 4

LDB access to 2017 accessible to all NRCOR AWIKI and OR employeesANT reports LDB December OR

OR 31, 2017 Information must beANT reports accurate, complete, and

current, and arranged inlogical order.

4.5 Ad-hoc Responses to 0025 10 business Must be timely and 7consulting NRC staff days after accurate, must allow

questions and request for direct access tocomments. ANT experts as needed

5.1 2018 Annual Report: "2018 0026 June 30, Information must beReview of Annual Review 2019 accurate, complete, andNon-US of Non-US current, and arranged inNuclear Fuel Nuclear Fuel logical order.and Cladding and CladdingTechnology Technology"

5.2 Custom topics Two custom 0027 June 30, Information must bein Annual topic chapters 2019 accurate, complete, andReview in the "Annual OR current, and arranged inOR Review of December logical order.ANT reports Non-US 31, 2018

Nuclear Fueland CladdingTechnology"ORANT reports

5.3 IZNAI 8 STR IZNA18 0028 December Information must beSpecial Topic 31, 2018 accurate, complete, andReports current, and arranged in

logical order.

19

Page 21: Contract No. NRC-HQ-60-14-C-0009.

Task Task Name End Result/ Item # Due Date Specific Acceptance AssociatedNo. Deliverable Criteria with CLIN #5.4 AWIKI and Credentials for 0029 October 1, Must be valid and 4

LDB access to 2018 accessible to all NRCOR AWIKI and OR employeesANT reports LDB December OR

OR 31, 2018 Information must beANT reports accurate, complete, and

current, and arranged inlogical order.

5.5 Ad-hoc Responses to 0030 10 business Must be timely and 7consulting NRC staff days after accurate, must allow

questions and request for direct access tocomments. ANT experts as needed

General Acceptance Criteria

The general quality measures as set forth below will be applied to each work product received firom thecontractor under this contract/order].

Timely submission of deliverables is essential to successful completing this requirement. Schedules fordeliverables are specified herein. All deliverables shall be prepared and submitted according to format, content,and schedule described in the SOW. All "hard copy " deliverables will be submitted on at least 30% recycled-content paper, and printed double-sided in compliance with environmental regulations.

Accuracy - Work products shall be accurate in presentation, technical content, and adherence to acceptedelements of style.

Clarity - Work products shall be clear and concise. All exhibits or diagrams shall be easy to understand andrelevant to the supporting narrative.

Specifications Validity - All work products must satisfi, the requirements of the Government as specified herein.

File Editing - All text and files shall be editable by the Government

Format - Work products shall be submitted electronically.

Timeliness - Work products shall be submitted on or before the due date specified in the contract/order, orsubmitted in accordance with a later, scheduled date determined by the CO. as applicable.

C. 11 Reporting Requirements

The contractor and the COR shall participate in a teleconference once per quarter to discuss deliverable dates andany potential problems with the contents of the deliverables.

C. 12 Postaward Orientation (kickoff) or Periodic Progress Meetings

The contractor agrees to attend any postaward conference convened by the contracting activity or contract

20

Page 22: Contract No. NRC-HQ-60-14-C-0009.

administration office in accordance with FAR Subpart 42.5.

The CO, COR, and other Government personnel, as appropriate, may meet periodically with the contractor toreview the contractor's performance. At these meetings the CO will apprise the contractor of how the governmentviews the contractor's performance and the contractor will apprise the Government of problems, if any, beingexperienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at noadditional cost to the Government.

Annual Meeting: The contractor may be required to meet once annually with the COR and CO at the beginning ofcontract/task order performance. This meeting shall be allowed to take place via teleconference orvideoconference. Meetings will be scheduled as needed. The contractor may request meetings whenever adiscrepancy exists and no mutual resolution is apparent. The written minutes of these meetings shall be signed bythe contractor's manager, CO, and COR. If the contractor does not concur with the minutes, he/she shall state anyareas of non-concurrence within 30 days of receipt of the signed minutes.

C.13 Contracting Officer's Representative (COR):

The COR will be officially designated by the CO by separate letter. The COR monitors all technical aspects ofthe contract/order and assists in its administration. The COR is authorized to perform the following functions:assure that the contractor performs the technical requirements of the contract/order: perform inspectionsnecessary in connection with contract/task order performance: maintain written and oral communications with thecontractor concerning technical aspects of the contract/order: issue written interpretations of technicalrequirements, including Government drawings, designs, specifications: monitor contractor's performance andnotifies both the CO and contractor of any deficiencies; coordinate availability of Government-furnished property,and provide site entry of contractor personnel. A letter of designation issued to the COR, a copy of which is sentto the contractor, states the responsibilities and limitations of the COR, especially with regard to changes in costor price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms andconditions of the resulting contract/order.

(See COR Delegation and Appointment Memorandum)

ALTERNATE CONTRACTING OFFICER'S REPRESENTATIVE

C. 14 Key Personnel

The following personnel are considered key personnel by the Government:(See NRCAR 2052.2 15-70, "Key Personnel")

Qualifications for all key personnel are listed below.

Project CoordinatorThe contractor's project coordinator' shall be responsible for the performance of the work and shall have fullauthority to act for the contractor on all contract/order matters relating to daily operation of this contract/order.Network of Experts on Nuclear Fuel

The contractor shall provide access to a diverse and experienced network of experts with proven qualifications inthe field of nuclear fuel technologies. The names of these persons shall be designated in writing to the CO, andany changes shall be reported to the COR. The network shall be constituted of at least 5 experts with diversebackgrounds and from at least 2 different countries, so as to ensure a diversity of points of view and a high levelof objectivity.

21

Page 23: Contract No. NRC-HQ-60-14-C-0009.

Qualifications to be covered by the network of experts are listed below:

C.] 5 Key Personnel Qualification Requirements

The project coordinator, must have over 10 years of experience in developing ANT International productsincluding custom and off-the-shelf reports, training and consulting services, and AWIKI and LDB, as well asdemonstrated expertise in the field of nuclear fuels technology.

Qualifications to be covered by the network of experts are listed below." Expertise in nuclear fuel materials, including zirconium alloys and fuel pellet materials* Expertise in nuclear fuel fabrication* Expertise in nuclear fuel performance under normal irradiation" Expertise in nuclear fuel performance under off-normal transient and accident conditions* Expertise in nuclear fuel behavior under storage and transportation conditions* Expertise in nuclear fuel thermal-mechanical behavior* Expertise in nuclear fuel environmental degradation including corrosion and hydriding* Expertise in nuclear fuel post-irradiation examination* Expertise in other reactor core materials that have are related to fuel assemblies, such as control materials

as well as assembly skeleton materials* At least two of the experts must have achieved technical training equivalent to the Ph.D. level, or

demonstrate experience that is equivalent to such training.

C. 16 General - Contractor Personnel

Contractor Employees

The contractor shall not employ persons for work on this contract if such employee is considered by thecontracting officer to be a potential threat to the health, safety, security, general well-being or operational mission

of the installation and its population.

Contractor personnel shall present a neat appearance and be easily recognized as contractor employees.Contractor personnel attending meetings, answering phones, and working in other situations where their status isnot obvious are required to identify themselves as such to avoid creating the impression that they are Governmentofficials.

The contractor shall not employ any person who is an employee of the U.S. Government if employing that personwould create a conflict of interest. Additionally, the contractor shall not employ any person who is an employeeof the NRC, unless such person seeks and receives approval according to NRC regulations."

C. 17 Contractor TravelNot applicable: Contractor travel will not be required to travel.

SECTION C CLAUSES

C.I CONTRACT CLAUSES INCORPORATED BY REFERENCEThe following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number,Title, and Date) in accordance with the clause at FAR 52.252-2 CLAUSES INCORPORATED BYREFERENCE, as provided herein. See FAR 52.252-2 for an Internet address (if specified) for electronic access

Page 24: Contract No. NRC-HQ-60-14-C-0009.

to the full text of a clause.

NUMBER TITLE DATE

52.217-5 EVALUATION OF OPTIONS JUL 1990

52.219-14 LIMITATIONS ON SUBCONTRACTING DEC 1996

52,225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008

52,227-14 RIGHTS IN DATA DEC 2007

522232-39 UNENFORCEABILITY OF UNAUTHORIZED JUN 2013OBLIGATIONS

52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT OCT 2004CLAIM

52.242-15 STOP-WORK-ORDER AUG 1989

2052.209-72 CONTRACTOR ORGANIZATIONAL CONFLICTS OF JAN 1993INTEREST

C.2 Contract Clauses in Full Text

C.2.1 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (FEB 2012)(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the

requirements of this contract. The Government reserves the right to inspect or test any supplies or services thathave been tendered for acceptance. The Government may require repair or replacement of nonconformingsupplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement orreperformance will not correct the defects or is not possible, the Government may seek an equitable pricereduction or adequate consideration for acceptance of nonconforming supplies or services. The Government mustexercise its post-acceptance rights-

(1) Within a reasonable time after the defect was discovered or should have been discovered; and(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect

in the item.

(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result ofperformance of this contract to a bank, trust company, or other financing institution, including any Federallending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third partymakes payment (e.g., use of the Govemmentwide commercial purchase card), the Contractor may not assign itsrights to receive payment under this contract.

(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement ofthe parties.

(d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613).Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal oraction arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at

23

Page 25: Contract No. NRC-HQ-60-14-C-0009.

FAR 52.233-1., Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently withperformance of this contract, pending final resolution of any dispute arising under the contract.

(e) Definitions. The clause at FAR 52.202- i, Definitions, is incorporated herein by reference.(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an

occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts ofGod or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods,epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. TheContractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after thecommencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedysuch occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer ofthe cessation of such occurrence.

(g) Invoice.(1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to

the address designated in the contract to receive invoices. An invoice must include-(i) Name and address of the Contractor;

(ii) Invoice date and number;(iii) Contract number, contract line item number and, if applicable, the order number;(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered:(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if

shipped on Government bill of lading;(vi) Terms of any discount for prompt payment offered;(vii) Name and address of official to whom payment is to be sent;(viii) Name, title, and phone number of person to notify in event of defective invoice; and(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if

required elsewhere in this contract.(x) Electronic funds transfer (EFT) banking information.

(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in

this contract.(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a

proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with theapplicable solicitation provision, contract clause (e.g.. 52.232-33, Payment by Electronic Funds Transfer-CentralContractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central ContractorRegistration), or applicable agency procedures.

(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of

Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315.(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents

against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement toinfringe, any United States or foreign patent, trademark or copyright, arising out of the performance of thiscontract, provided the Contractor is reasonably notified of such claims and proceedings.

(i) Payment.-

24

Page 26: Contract No. NRC-HQ-60-14-C-0009.

(1) Items accepted. Payment shall be made for items accepted by the Government that have been deliveredto the delivery destinations set forth in this contract.

(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act(31 U.S.C. 3903) and prompt payment regulations at 5 CFR Part 1315.

(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for theappropriate EFT clause.

(4) Discount. In connection with any discount offered for early payment, time shall be computed from thedate of the invoice. For the purpose of computing the discount earned, payment shall be considered to have beenmade on the date which appears on the payment check or the specified payment date if an electronic fundstransfer payment is made.

(5) Overpan.ments. If the Contractor becomes aware of a duplicate contract financing or invoice payment orthat the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall-

(i) Remit the overpayment amount to the payment office cited in the contract along with a description ofthe overpayment including the-

(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors,date(s) of overpayment);

(B) Affected contract number and delivery order number, if applicable;(C) Affected contract line item or subline item, if applicable; and(D) Contractor point of contact.

(ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer.(6) Interest.

(i) All amounts that become payable by the Contractor to the Government under this contract shall bearsimple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall bethe interest rate established by the Secretary of the Treasury as provided in Section 611 of the Contract DisputesAct of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, asprovided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by theSecretary until the amount is paid.

(ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due underthe contract.

(iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if-(A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or

amount of a debt within 30 days;

(B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within thetimeline specified in the demand for payment unless the amounts were not repaid because the Contractor hasrequested an installment payment agreement; or

(C) The Contractor requests a deferment of collection on a debt previously demanded by theContracting Officer (see 32.607-2.).

(iv) If a demand for payment was previously issued for the debt, the demand for payment included in thefinal decision shall identify the same due date as the original demand for payment.

(v) Amounts shall be due at the earliest of the following dates:(A) The date fixed under this contract.

25

Page 27: Contract No. NRC-HQ-60-14-C-0009.

(B) The date of the first written demand for payment, including any demand for payment resultingfrom a default termination.

(vi) The interest charge shall be computed for the actual number of calendar days involved beginning on

the due date and ending on-(A) The date on which the designated office receives payment from the Contractor;(B) The date of issuance of a Government check to the Contractor from which an amount otherwise

payable has been withheld as a credit against the contract debt; or(C) The date on which an amount withheld and applied to the contract debt would otherwise have

become payable to the Contractor.(vii) The interest charge made under this clause may be reduced under the procedures prescribed in

32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract.(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies

provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:(1.) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is

f.o.b. destination.(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.(1) Termination for the Government's convenience. The Government reserves the right to terminate this

contract, or any part hereof, for its sole convenience, in the event of such termination, the Contractor shallimmediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractorsto cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract pricereflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges theContractor can demonstrate to the satisfaction of the Government using its standard record keeping system, haveresulted from the termination. The Contractor shall not be required to comply with the cost accounting standardsor contract cost principles for this purpose. This paragraph does not give the Government any right to audit theContractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonablycould have been avoided.

(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in theevent of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions,or fails to provide the Government, upon request, with adequate assurances of future performance. In the event oftermination for cause, the Government shall not be liable to the Contractor for any amount for supplies or servicesnot accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided bylaw. If it is determined that the Government improperly terminated this contract for default, such termination shallbe deemed a termination for convenience.

(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to theGovernment upon acceptance, regardless of when or where the Government takes physical possession.

(o) Warrant,. The Contractor warrants and implies that the items delivered hereunder are merchantable and fitfor use for the particular purpose described in this contract.

(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not beliable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.

(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executiveorders, rules and regulations applicable to its performance under this contract.

26

Page 28: Contract No. NRC-HQ-60-14-C-0009.

(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with

31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts;18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and SafetyStandards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating towhistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity.

(s) Order ofprecedence. Any inconsistencies in this solicitation or contract shall be resolved by giving

precedence in the following order:(1) The schedule of supplies/services.(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique

to Government Contracts paragraphs of this clause.

(3) The clause at 52.2 12-5.(4) Addenda to this solicitation or contract, including any license agreements for computer software.(5) Solicitation provisions if this is a solicitation.

(6) Other paragraphs of this clause.

(7) The Standard Form 1449.(8) Other documents, exhibits, and attachments.(9) The specification.

(t) Central Contractor Registration (CCR).

(1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance andthrough final payment of any contract for the accuracy and completeness of the data within the CCR database, andfor any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registeredin the CCR database after the initial registration, the Contractor is required to review and update on an annualbasis from the date of initial registration or subsequent updates its information in the CCR database to ensure it iscurrent, accurate and complete. Updating information in the CCR does not alter the terms and conditions of thiscontract and is not a substitute for a properly executed contractual document.

(2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name(whichever is shown on the contract), or has transferred the assets used in performing the contract, but has notcompleted the necessary requirements regarding novation and change-of-name agreements in FAR Subpart 42.12,

the Contractor shall provide the responsible Contracting Officer a minimum of one business day's writtennotification of its intention to (A) change the name in the CCR database; (B) comply with the requirements ofSubpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting

Officer.The Contractor must provide with the notification sufficient documentation to support the legally changed

name.(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to

perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novationor change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractorindicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of

Payment" paragraph of the electronic funds transfer (EFT) clause of this contract.

(3) The Contractor shall not change the name or address for EFT payments or manual payments, asappropriate, in the CCR record to reflect an assignee for the purpose of assigrnment of claims (see Subpart 32.8,Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the

27

Page 29: Contract No. NRC-HQ-60-14-C-0009.

Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other

than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of

payment" paragraph of the EFT clause of this contract.

(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements

via the internet at http://ww\w\.ccr.gov or by calling 1-888-227-2423 or 269-961-5757.

C.2.2 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTESOR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2014)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which areincorporated in this contract by reference, to implement provisions of law or Executive orders applicable toacquisitions of commercial items:

(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)).

(2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).

(3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78)

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer hasindicated as being incorporated in this contract by reference to implement provisions of law or Executive ordersapplicable to acquisitions of commercial items:

[] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct1995) (41 U.S.C. 253g and 10 U.S.C. 2402).

[] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI,Chapter 1 (41 U.S.C. 251 note)).

[] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009(JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery andReinvestment Act of 2009.)

[X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L.109-282) (31 U.S.C. 6101 note).

28

Page 30: Contract No. NRC-HQ-60-14-C-0009.

[] (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (JUL 2010) (Pub. L.111-5).

[] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div.C).

[] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014)(Pub. L. 111-117, section 743 of Div. C).

[X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note).

[] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41U.S.C. 2313).

[1(10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub.L. 111-8, and section 745 of Division D of Pub. L. 110-161).

[] (11) 52.219-3, Notice of HUBZone Set-Aside or Sole Source Award (NOV 2011) (15 U.S.C. 657a).

[1(12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011)(if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

[] (13) [Reserved]

[] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

[] (ii) Alternate I (NOV 2011).

[] (iii) Alternate II (NOV 2011).

[] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

[] (ii) Alternate I (Oct 1995) of 52.219-7.

[] (iii) Alternate II (Mar 2004) of 52.219-7.

[1(16) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)).

[] (17)(i) 52.2119-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637(d)(4)).

[] (ii) Alternate I (Oct 2001) of 52.219-9.

[] (iii) Alternate II (Oct 2001) of 52.219-9.

[] (iv) Alternate III (JUL 2010) of 52.219-9.

[1(18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).

[] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)).

29

Page 31: Contract No. NRC-HQ-60-14-C-0009.

U

[] (20) 52.219-16, Liquidated Damages--Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

[] (21)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns(OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer.)

[] (ii) Alternate 1 (June 2003) of 52.219-23.

[] (22) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting(Jul 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

[] (23) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

[] (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15U.S.C. 657f).

[X] (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)).

[] (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business(EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)).

[] (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Underthe WOSB Program (Jul 2013) (15 U.S.C. 637(m)).

[X] (28) 52.222-3, Convict Labor (June 2003.) (E.O. 11755).

[X] (29) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126).

[X] (30.) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).

[X] (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

[X] (32) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).

[X] (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

[X] (34) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212).

[] (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)(E.O. 13496).

L] (36) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Notapplicable to the acquisition of commercially available off-the-shelf items or certain other types of commercialitems as prescribed in 22.1803.)

[] (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelfitems.)

[] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of

30

Page 32: Contract No. NRC-HQ-60-14-C-0009.

commercially available off-the-shelf items.)

[1(38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b).

[] (39)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products(DEC 2007) (E.O. 13423).

[] (ii) Alternate I (DEC 2007) of 52.223-16.

[X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

[](41) 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d).

[] (42)(i) 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (NOV 2012) (41 U.S.C.chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).

[] (ii) Alternate I (MAR 2012) of 52.225-3.

[ (iii) Alternate II (MAR 2012) of 52.225-3.

[1 (iv) Alternate III (NOV 2012) of 52.225-3.

[1(43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

[X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUJN 2008) (E.O.'s, proclamations, and statutesadministered by the Office of Foreign Assets Control of the Department of the Treasury).

[] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013)(Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

[] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

[] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C.5150).

[] (48') 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10U.S.C. 2307(f)).

[] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C.2307(f)).

[X] (50) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) (31U.S.C. 3332).

[1(51) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (Jul2013) (31 U.S.C. 3332).

[1(52) 52.232-36, Payment by Third Party (Jul 2013) (31 U.S.C. 3332).

[1(53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

31

Page 33: Contract No. NRC-HQ-60-14-C-0009.

[] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C.Appx. 1241(b) and 10 U.S.C. 2631).

[] (ii) Alternate I (Apr 2003) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services,that the Contracting Officer has indicated as being incorporated in this contract by reference to implementprovisions of law or Executive orders applicable to acquisitions of commercial items:

[] (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

[] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C.351, et seq.).

[] (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year andOption Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

[] (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.).

[] (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance,Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

[] (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.).

] (7) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495).

[1(8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247)

[] (9) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of thisparagraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisitionthreshold, and does not contain the clause at 52.2 15-2, Audit and Records--Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General,shall have access to and right to examine any of the Contractor's directly pertinent records involving transactionsrelated to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and otherevidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for anyshorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. Ifthis contract is completely or partially terminated, the records relating to the work terminated shall be madeavailable for 3 years after any resulting final termination settlement. Records relating to appeals under thedisputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be madeavailable until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and otherdata, regardless of type and regardless of form. This does not require the Contractor to create or maintain any

32

Page 34: Contract No. NRC-HQ-60-14-C-0009.

record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, theContractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontractfor commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by theclause--

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI,Chapter 1 (41 U.S.C. 251 note)).

(ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in allsubcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to smallbusiness concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor mustinclude 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in

accordance with paragraph (1) of FAR clause 52.222-17.

(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).

(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

(vii.) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O.13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

(ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance,Calibration, or Repair of Certain Equipment--Requirements "(Nov 2007)" (41 U.S.C. 351, et seq.).

(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.).

(xii) 52.222-54, Employment Eligibility Verification (AUG 2013).

(xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013)(Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247).Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx.1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal numberof additional clauses necessary to satisfy its contractual obligations

33

Page 35: Contract No. NRC-HQ-60-14-C-0009.

C.2.3 52.216-22 INDEFINITE QUANTITY (OCT 1995)

(a) This is an indefinite-quantity contract for the services specified, and effective for the period stated, in theSchedule. 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 inthe Schedule up to and including the quantity designated in the Schedule as the "maximum." The Governmentshall order at least the quantity of supplies or services designated in the Schedule as the "minimum."

(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limiton the number of orders that may be issued. The Government may issue orders requiring delivery to multipledestinations or performance 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 completedduring the contract's effective period; provided, that the Contractor shall not be required to make any deliveriesunder this contract 5 years after the award date

C.2.4 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 inthe contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by theSecretary of Labor. The option provision may be exercised more than once, but the total extension of performancehereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to theContractor within 60 days of the end of the contract.

(End of clause)

C.2.5 52.217-9 Option to Extend Term of Contract (MAR 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within 60 days

within which the Contracting Officer may exercise the option]; provided that the Government gives theContractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. Thepreliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this optionclause. (c) The total duration of this contract, including the exercise of any options under this clause, shall notexceed I (months) (years).

(End of clause)

C.3 NRC LOCAL CLAUSES

KEY PERSONNEL (JAN 1993)

(a) The following individuals are considered to be essential to the successful performance of the workhereunder:

(Project Coordinator): Angela Olpretean

34

Page 36: Contract No. NRC-HQ-60-14-C-0009.

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

(b) If one or more of the key personnel, for whatever reason, becomes, or is expected to become, unavailablefor work under this contract for a continuous period exceeding 30 work days, or is expected to devotesubstantially less effort to the work than indicated in the proposal or initially anticipated, the contractor shallimmediately notify the contracting officer and shall, subject to the con-currence of the contracting officer,promptly replace the personnel with personnel of at least substantially equal ability and qualifications.

(c) Each request for approval of substitutions must be in writing and contain a detailed explanation of 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 contracting officer representative shall evaluate the contractor'srequest and the contracting officer 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 reasonablyforthcoming, or that the resultant reduction of productive effort would be so substantial as to impair the successfulcompletion of the contract or the service order, the contract may be terminated by the contracting officer fordefault or for the convenience of the Government, as appropriate. If the contracting officer finds the contractor atfault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate theGovernment for any resultant delay, loss, or damage.

C.3.1 ELECTRONIC PAYMENT (SEP 2013)

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 Transfer-System Award Management".

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, "PublicVoucher for Purchases and Services Other than Personal," and Standard Form 1035, "Public Voucher forPurchases Other than Personal - Continuation Sheet." The preferred method of submitting invoices/vouchers iselectronically to the U.S. Nuclear Regulatory Commission, via email to: [email protected].

(End of Clause)

C.3.2 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENT/REMITTANCEADDRESS

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 vendorsby the Automated Clearing House (ACH) electronic funds transfer payment system. Item 15C of the StandardForm 33 may be disregarded.

(End of Clause)

C.3.3 GREEN PURCHASING (SEP 2013)

(a) In furtherance of the sustainable acquisition goals included in Executive Order 13514, "Federal Leadership in

35

Page 37: Contract No. NRC-HQ-60-14-C-0009.

I

Environmental, Energy, and Economic Performance," products and services acquired under this contract/ordershall be energy-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, recycled content, and non-toxic or less toxic alternatives, to themaximum extent practicable in meeting NRC contractual requirements.

(b) See NRC's Green Purchasing Plan (GPP) at: http://pbadupws.nrc.gov/docs/ML 1219//ML 12191Al 30.pdf andthe General Service Administration's (GSA) Green Procurement Compilation at:http://www.gsa.gov/portal/content/198257.

(c) The contractor shall flow down this clause into all subcontracts and other agreements that relate toperformance of this contract/order.

(End of Clause)

C.3.4 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOREMPLOYEES

(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 Procedureson Handling Complaints at 29 C.F.R. Part 24 concerning the employer obligations, prohibited acts, DOLprocedures and the requirement for prominent posting of notice of Employee Rights at Appendix A to Part 24entitled: "Your Rights Under 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 orother employment discrimination practices with respect to compensation, terms, conditions or privileges of theiremployment because the contractor or subcontractor employee(s) has provided notice to the employer, refused toengage in unlawful practices, assisted in proceedings or testified on activities concerning alleged violations of theAtomic Energy Act 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.

(End of Clause)

C.3.5 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 thecontract/grant regarding the contents of the draft and final report, summaries, data, and related documents, toinclude correcting, deleting, editing, revising, modifying, formatting, and supplementing any of the informationcontained therein, at no additional cost to the NRC. Performance under the contract/grant will not be deemedaccepted or completed until it complies with the NRC's directions. The reports, summaries, data, and relateddocuments will be considered draft until approved by the NRC. The contractor/grantee agrees that the direction,determinations, and decisions on approval or disapproval of reports, summaries, data, and related documentscreated under this contract/grant remain solely within the discretion of the NRC.

36

Page 38: Contract No. NRC-HQ-60-14-C-0009.

I

(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 submitthem to the NRC for review and approval. The contractor/ grantee shall not release, disseminate, display orpublish articles, reports, summaries, data, and related documents, or the contents therein, that have not beenreviewed and approved by the NRC for release, display, dissemination or publication. The contractor/granteeagrees to conspicuously place any disclaimers, markings or notices, directed by the NRC, on any articles, reports,summaries, data, and related documents that the contractor/grantee intends to release, display, disseminate orpublish to other persons, the public, or any other entities. The contractor/grantee agrees, and grants, a royalty-free,nonexclusive, irrevocable worldwide license to the government, to use, reproduce, modify, distribute, preparederivative works, release, display or disclose the articles, reports, summaries, data, and related documentsdeveloped under the contract/grant, for any governmental 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, formulatedor produced by the contractor/grantee constitutes SUNSI or SGI is solely within the authority and discretion of theNRC. In performing the contract/grant, the contractor/grantee shall clearly mark SUNSI and SGI, to include forexample, 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 asdirected by the NRC, the contractor shall use the applicable NRC cover sheet (e.g., NRC Form 461 SafeguardsInformation) in maintaining these records and documents. The contractor/grantee shall ensure that SUNSI andSGI is handled, maintained and protected from unauthorized disclosure, consistent with NRC policies anddirections. The contractor/grantee shall comply with the requirements to mark, maintain, and protect allinformation, 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 CFR73.21), Sensitive Unclassified Non-Safeguards and Safeguards Information policies, and NRC ManagementDirectives and Handbooks 12.5, 12.6 and 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.

(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.

(End of Clause)

C.3.6 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS

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. Eachalien employee of the Contractor must be lawfully admitted for permanent residence as evidenced by PermanentResident Form 1-551 (Green Card), or must present other evidence from the U.S. Department of HomelandSecurity/U.S. Citizenship and Immigration Services that employment will not affect his/her immigration status.The U.S. Citizenship and Immigration Services provides information to contractors to help them understand theemployment eligibility verification process for non-US citizens. This information can be found on their website,http://www.uscis.gov/portal/site/uscis.

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.

37

Page 39: Contract No. NRC-HQ-60-14-C-0009.

4-

(End of Clause)

C.3.7 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONSAnnual and final evaluations of contractor performance under this contract will be prepared in accordance withFAR Subpart 42.15, "Contractor Performance Information," normally at or near the time the contractor is notifiedof the NRC's intent to exercise the contract option. If the multi-year contract does not have option years, then anannual evaluation will be prepared [Insert time for annual evaluation here]. Final evaluations of contractorperformance will be prepared at the expiration of the contract during the contract closeout process.

The Contracting Officer will transmit the NRC Contracting Officer's Representative's (COR) annual and finalcontractor performance evaluations to the contractor's Project Manager, unless otherwise instructed by thecontractor. The contractor will be permitted thirty days to review the document and submit comments, rebuttingstatements, or additional information.

Where a contractor concurs with, or takes no exception to an annual performance evaluation, the ContractingOfficer will consider such evaluation final and releasable for source selection purposes. Disagreements betweenthe parties regarding a performance evaluation will be referred to an individual one level above the ContractingOfficer, whose decision will be final.

The Contracting Officer will send a copy of the completed evaluation report, marked "Source SelectionInformation", to the contractor's Project Manager for their records as soon as practicable after it has beenfinalized. The completed evaluation report also will be used as a tool to improve communications between theNRC and the contractor and to improve contract performance.

The completed annual performance evaluation will be used to support future award decisions in accordance withFAR 42.1502 and 42.1 503. During the period the information is being used to provide source selectioninformation, the completed annual performance evaluation will be released to only two parties - the Federalgovernment personnel performing the source selection evaluation and the contractor under evaluation if thecontractor does not have a copy of the report already.

(End of Clause.)

C.3.8 CONTRACTING OFFICER REPRESENTATIVE

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

Name: Patrick Raynaud

Address: Nuclear Regulatory CommissionMail Stop CSB-3A07MWashington, DC 20555

Telephone Number: 301-251-7542

(b) Performance of the work under this contract is subject to the technical direction of the NRC contractingofficer representative. The term "technical direction" is defined to include the following:

(1) Technical direction to the contractor which shifts work emphasis between areas of work or tasks,authorizes travel which is anticipated in the Schedule (i.e., a limited amount of travel is anticipated in theStatement of Work (SOW) or changes to specific travel identified in the SOW), fills in details, or otherwise serves

38

Page 40: Contract No. NRC-HQ-60-14-C-0009.

.1 _.

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 contractingofficer representative 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 thetime required for contract performance.

(4) Changes any of the expressed terms, conditions, or specifications of the contract.

(5) Terminates the contract, settles any claim or dispute arising under the contract, or issues any unilateraldirective whatever.

(d) All technical directions must be issued in writing by the contracting officer representative or must beconfirmed by the contracting officer representative in writing within ten (10) working days after verbal issuance.A copy of the written direction must be furnished to the contracting officer. A copy of NRC Form 445, Requestfor Approval of Official Foreign Travel, which has received final approval from the NRC must be furnished to thecontracting officer.

(e) The contractor shall proceed promptly with the performance of technical directions duly issued by thecontracting officer representative in the manner prescribed by this clause and within the contracting officerrepresentative's authority under the provisions of this clause.

(f) If, in the opinion of the contractor, any instruction or direction issued by the contracting officerrepresentative is within one of the categories as defined in paragraph (c) of this section, the contractor may notproceed but shall notify the contracting officer in writing within five (5) working days after the receipt of anyinstruction or direction and shall request the contracting officer to modify the contract accordingly. Uponreceiving the notification from the contractor, the contracting officer shall issue an appropriate contractmodification or advise the contractor in writing that, in the contracting officer's opinion, the technical direction iswithin the scope of this article and does not constitute a change under the "Changes" clause.

(g) Any unauthorized commitment or direction issued by the contracting officer representative may result in anunnecessary delay in the contractor's performance and may even result in the contractor expending funds forunallowable costs under the contract.

(h) A failure of the parties to agree upon the nature of the instruction or direction or upon the contract action tobe taken 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 contracting officerrepresentative shall:

39

Page 41: Contract No. NRC-HQ-60-14-C-0009.

.f 4.I

(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 underthis contract.

(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/DFSwithin three 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, andProprietary information.) access to sensitive IT systems or data, unescorted access to NRC controlledbuildings/space, or unescorted access to protected and vital areas of nuclear power plants receive approval ofSB/DFS prior to access in accordance with Management Directive and Handbook 12.3.

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

Alternate COR:

Name: Michelle Bales (Flanagan)Agency: U.S. NRCOffice: RESStreet Address (Include Office Symbol): Nuclear Regulatory Commission

NRS/RES/DSA/FSCBMailstop CSB-C3 A27

City, State and Zip code Washington, DC 20555E-Mail: [email protected]: +1-301-251-7547FAX: N/A

40

Page 42: Contract No. NRC-HQ-60-14-C-0009.

'I •,

SECTION D DOCUMENTS, EXHIBITS, ATTACHMENTS

D.1 ATTACHMENTS

Attachment I - Billing Instructions for Fixed-Price Type Contracts

41

Page 43: Contract No. NRC-HQ-60-14-C-0009.

ATTACHMENT A

STANDARD DEFINITIONS & ACRONYMS

DEFINITIONS AND ACRONYMS:

DEFINITIONS:

Definitions should be carefully considered by the Government. Explain any special terms or phrases used in theSOW.

CONTRACT LINE ITEM NUMBER (CLIN). CLINs are used to identify, organize and track workrequirements throughout the project life cycle. They provide a unit price or lump sum price for each contractdeliverable or set of deliverables.

CONTRACT SPECIALIST. A person who assists the contracting officer with day-to-day procurementfunctions. At the NRC, this person handles preaward, postaward and close-out activities.

CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to theGovernment. The term used in this contract refers to the prime.

CONTRACTING OFFICER (CO). A person with delegated authority to enter into, administer, and terminateGovernment contracts. Note: This is the only individual who can legally bind the Government.

CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the Government delegated bythe CO to administer the contract. Such appointment shall be in writing (i.e., Delegation and AppointmentMemorandum) and shall state the scope of authority and limitations. This individual has authority to providetechnical direction to the contractor as long as that direction is within the scope of the contract, does not constitutea change, and has no funding implications. This individual does NOT have authority to change the terms andconditions of the contract.

DELIVERABLE. Something required by the Government under the contract to be produced or achieved by thecontractor.

GOVERNMENT PROPERTY. All property owned or leased to the Government or acquired by the contractorunder the terms of the contract where the Government retails title (i.e., contractor-acquired equipment).

KEY PERSONNEL. Contractor personnel expected to play a key role in the performance and success of thecontract. Key personnel are generally evaluated as part of the Source Evaluation Panel (SEP) proposal reviewprocess. Key Personnel are listed in the SOW.

NONPERSONAL SERVICES CONTRACT. A contract under which the personnel rendering the services arenot subject, either by the contract's terms or by the manner of its administration, to the supervision and controlusually prevailing in relationships between the Government and its employees.

PERSONAL SERVICE CONTRACT. Is characterized by the employer-employee relationship it createsbetween the Government and the contractor's personnel. The Government is normally required to obtain itsemployees by direct hire under competitive appointment or other procedures required by the civil service laws.Obtaining personal services by contract, rather than by direct hire, circumvents those laws unless Congress hasspecifically authorized acquisition of the services by contract.

42

Page 44: Contract No. NRC-HQ-60-14-C-0009.

PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property.

SUBCONTRACTOR. One that enters into a contract with a prime contractor in performance of the Governmentcontract. However, the Government does not have privity of contract with the subcontractor and therefore doesnot directly interact with the subcontractor(s).

WORK DAY. Hours of Operation. The number of normal hours per day that the contractor will provide servicesin accordance with the contract, is 8

WORK WEEK. Monday through Friday, unless otherwise specified in the contract.

43

Page 45: Contract No. NRC-HQ-60-14-C-0009.

• IL •r

ACRONYMS:

Define any acronyms the Government uses for this initiative; give both the acronym and the words represented bythe acronym.

ANT Advanced Nuclear Technology International Inc.CFR Code of Federal RegulationsCLfN Contract Line Item NumberCOR Contracting Officer's RepresentativeCOTS Commercial-Off-the-ShelfDSS Defense Security ServiceFAR Federal Acquisition RegulationFTR Federal Travel RegulationHIPAA Health Insurance Portability and Accountability Act of 1996NRCAR U.S. Nuclear Regulatory Commission Acquisition RegulationOCI Organizational Conflict of InterestODC Other Direct CostsPIPO Phase In/Phase OutPOC Point of Contact

44

Page 46: Contract No. NRC-HQ-60-14-C-0009.

- I _

ATTACHMENT 2: BILLING INSTRUCTIONS

BILLING INSTRUCTIONS FORFIXED-PRICE TYPE CONTRACTS (MAY 2013)

General: During performance and through final payment of this contract, the contractor is responsiblefor the accuracy and completeness of data within the Central Contractor Registration (CCR) databaseand for any liability resulting from the Government's reliance on inaccurate or incomplete CCR data.

The contractor shall prepare invoices/vouchers for payment of deliverables identified in the contract, inthe manner described herein. FAILURE TO SUBMIT INVOICESNOUCHERS IN ACCORDANCEWITH THESE INSTRUCTIONS MAY RESULT IN REJECTION OF THE INVOICENOUCHER ASIMPROPER.

Standard Forms: Payment requests for completed work, in accordance with the contract, shall besubmitted on the payee's letterhead, invoice/voucher, or on the Government's Standard Form 1034,"Public Voucher for Purchases and Services Other than Personal," and Standard Form 1035, "PublicVoucher for Purchases Other than Personal--Continuation Sheet."

Electronic InvoiceNoucher Submissions: The preferred method of submitting invoices/vouchers iselectronically to the U.S. Nuclear Regulatory Commission, via email to: NRCPayments(anrc.Qov.

Hard-Copy Invoice/Voucher Submissions: If you submit a hard-copy of the invoice/voucher, asigned original and supporting documentation shall be submitted to the following address:

NRC PaymentsU.S. Nuclear Regulatory CommissionOne White Flint North11555 Rockville PikeMailstop 03-E17ARockville, MD 20852-2738

Purchase of Capital Property: ($50,000 or more with life of one year or longer)

Contractors must report to the Contracting Officer, electronically, any capital property acquired withcontract funds having an initial cost of $50,000 or more, in accordance with procedures set forth in NRCManagement Directive (MD) 13.1, IV, C - "Reporting Requirements" (revised 2/16/2011).

Agency Payment Office: Payment will continue to be made by the office designated in the contract inBlock 12 of Standard Form 26, Block 25 of Standard Form 33, or Block 18a of Standard Form 1449,whichever is applicable.

Frequency: The contractor shall submit invoices/vouchers for payment once each month, unlessotherwise authorized by the Contracting Officer.

Format: Invoicesfouchers shall be submitted in the format depicted on the attached sample formentitled "InvoiceNoucher for Purchases and Services Other Than Personal". Alternate formats arepermissible only if they address all requirements of the Billing Instructions. The instructions forpreparation and itemization of the invoice/voucher are included with the sample form.

45

Page 47: Contract No. NRC-HQ-60-14-C-0009.

Task Order Contracts: The contractor must submit a separate invoice/voucher for each individualtask order with pricing information. This includes items discussed in paragraphs (a) through (p) of theattached instructions. In addition, the invoice/voucher must specify the contract number, and the NRC-assigned task/delivery order number.

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

Currency: InvoicesNouchers must be expressed in U.S. Dollars.

Supersession: These instructions supersede previous Billing Instructions for Fixed-Price TypeContracts (July 2011).

46

Page 48: Contract No. NRC-HQ-60-14-C-0009.

INVOICEIVOUCHER FOR PURCHASES AND SERVICES OTHER THAN PERSONAL(SAMPLE FORMAT - COVER SHEET)

1. Official Agency Billing Office

NRC PaymentsU.S. Nuclear Regulatory CommissionOne White Flint North11555 Rockville PikeMailstop O3-E17ARockville, MD 20852-2738

2. Invoice/Voucher Information

a. Payee's DUNS Number or DUNS+4. The Payee shall include the Payee's Data Universal Number(DUNS) or DUNS+4 number that identifies the Payee's name and address. The DUNS+4 number isthe DUNS number plus a 4-character suffix that may be assigned at the discretion of the Payee toidentify alternative Electronic Funds Transfer (EFT) accounts for the same parent concern.

b. Taxpayer Identification Number. The Payee shall include the Payee's taxpayer identificationnumber (TIN) used by the Internal Revenue Service (IRS) in the administration of tax laws. (See IRSWeb site:http://www.irs.cov/Businesses/Small-Businesses-&-Self-Employed/Employer-ID-Numbers-(EiNs)).

c. Payee's Name and Address. Show the name of the Payee as it appears in the contract and itscorrect address. Where the Payee is authorized to assign the proceeds of this contract in accordancewith the clause at FAR 52.232-23, the Payee shall require as a condition of any such assignment, thatthe assignee shall register separately in the Central Contractor Registration (CCR) database athttp://www.ccr.gov and shall be paid by EFT in accordance with the terms of this contract. See FederalAcquisition Regulation (FAR) 52.232-33(g) Payment by Electronic Funds Transfer - Central ContractorRegistration (October 2003).

d. Contract Number. Insert the NRC contract number (including Enterprise-wide Contract (EWC)),GSA Federal Supply Schedule (FSS), Governmentwide Agency Contract (GWAC) number, or MultipleAgency Contract (MAC) number, as applicable.

e. Task Order Number. Insert the task/delivery order number (If Applicable). Do not include morethan one task order per invoice or the invoice may be rejected as improper.

f. InvoiceNoucher. The appropriate sequential number of the invoice/voucher, beginning with 001should be designated. Contractors may also include an individual internal accounting number, ifdesired, in addition to the 3-digit sequential number.

g. Date of InvoiceNoucher. Insert the date the invoice/voucher is prepared.

h. Billing Period. Insert the beginning and ending dates (day, month, year) of the period during whichdeliverables were completed and for which payment is requested.

47

Page 49: Contract No. NRC-HQ-60-14-C-0009.

4.4 ~,

i. Description of Deliverables. Provide a brief description of supplies or services, quantity, unit price,and total price.

j. Work Completed. Provide a general summary description of the services performed or productssubmitted for the invoice period and specify the section or Contract Line Item Number (CLIN) orSubCLIN in the contract pertaining to the specified contract deliverable(s).

k. Shipping. Insert weight and zone of shipment, if shipped by parcel post.

I. Charges for freight or express shipments. Attach prepaid bill if shipped by freight or express.

m. Instructions. Include instructions to consignee to notify the Contracting Officer of receipt ofshipment.

n. For Indefinite Delivery contracts, the final invoice/voucher shall be marked FINAL INVOICE" or"FINAL VOUCHER".

o. Total Amount Billed. Insert columns for total amounts for the current and cumulative periods.

p. Adiustments. Insert columns for any adjustments, including outstanding suspensions for deficient ordefective products or nonconforming services, for the current and cumulative periods.

q. Grand Totals.

48