26
- - i ; SOLICITATIONICONTRACT/ORD_... FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12,17,23,24, & 30 - 1. -..JISION NO. CFC-OS-320 EPA NO 2. CONTRACT NO. 3. AWARDIEFFECTIVE DATE 4. ORDER NO MODIFICATION NO. 5 SOLICITATION NO. a SOLICITATION ISSUE DATE <2NSC-09-05-320 See Block 30c. RS-CFO-05-320 7. FOR SOUCITATION I NAME ID. TELEPHONE NO. (No CoIItcI Cals) e OFFER DUE DATELOCAL INFORMATION CALL Jeffrey R. Mitchell 301-415-6465 TIME 9 ISSUED Y U.S. Nuclear Regulacory Cammission Div. of Contracts Attn: Jeffrey R. Mitchell, 301-415-6465 Mail Stop T-7-I-2 Washington, DC 20555 CODE 13100 10. THIS ACUISlTON IS M UNRESTRICTED OR El SETASIDE: 100 %FOR: F /SMALL BUSINESS El SAUSihESS OI HUEZOENE SMNALL E SMALL BUSINESS EETiD.,LALtED VE -a~ El OA) NAICS: SiZE STANDARD 1, 500 11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERtSO 13t. RATING MARKUNESS BLC Net 30 El13a. THIS CONTRACTLS A Nl/A l~tARKED et 30 * FATED ORDER L'NDER t SEESCHEDL2-E DPAS(15 CFR 700) 14ETHOD OFLCITATION E 15. DELIVER TO CODE 16. ADeINISTREFED BY CODE 13100 U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory Commission Attn;: James Janis, 301-415-6051 Mail Stop: T9-E2 11555 Rockville Pike Washington DC 20555 Rockville MD 20852 17a CONTRACTOR/DFFEROR CODE FACILITY CODE I la. PAYMENT WILL BE MADE BY CODE 3100 G-3 VISAS, LTD U.S. Nuclear Regulatory Commission ATM: CERISTOPHE DAVIS Payment Team, Mail Stop T-9-H-4 Attnl (NRC-09-05-320) 3240 WILSON BLVD STE 150 Washington DC 20555 ARLINGTON VA 222014406 TELEPHONE NO. 703-276-8472 ITE. SRtSUr INVOICES TO ADDRESS SHOWN IN BLOCK 1 BaUNLESS ELOCK BELOW IS CHECKED 017b CHECK IF fEMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER fl SEE ADDENDUM 1i. 2 See CONTINUATION Page 21. 22. 23_ 24. ITEM NO. SCHEDULE OF SUPPIJESISERVICES OUANTIlY UNIT UNIT PRICE AMOUNT The Contractor shall provide the U.S. Nuclear Regulatory Cozmission (NRC) the services described in section C 'Statement of Work' and in accordance with the terms and conditions of this contract. ORAC.GOV incorporated by reference _Usa Reivose and/or Attch Addltolnal Sheets as Necessaly) 5. ACCOLUNTINGANDAPPROP.9IATbON DATA See CONTINUATION Page 2BTOTALAVWARD AMUNT (FotGoVL U. o OnIy O-bIN-15-0-1454 oInUrats N JlSriwu Oblioate 17 450.00 _Contractors DUNS: 939914982 verified ccr 17,450 _ 27a. SOUCtTATIONINCORPORATES BY REFERENCE FAR 52.212-1. 52212-4 FAR 52.212-3AND 52.212-5 AREATTACHED. ADDENDA D 27b CONTRTACTIPURCHASE ORDER INCORPORATES EY REFERENCE FAR 52.212-4. FAR 52212-515 ATTACHED. ACDENDA !i CONTRACTOR ISAEOUIRED TO SIGN TIIS DOCUMbENT AND RETURN ' COPIES 29. VWRDBCo _ TO ISSUfGtFlCE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET DATED - "I FOR1 0f4 C1H WE 1)ENZIFIED A3OVE AND ON ANY AOOmONAL SHEETS SUBJECT TO A 5). INCLUDING THE RL JNti 9IEDITbrD HEREIN. HIEREIN IS AC ARE NOT ATTACHED. I ARE NOT ATTACHED ,UTHORIEO FOR LOCAL REPRODUCTION 'REVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV.x62t5) Pracribed by GSA - FAR (48 CFR) 53212 *1 .''-1

El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

- -

i ; SOLICITATIONICONTRACT/ORD_... FOR COMMERCIAL ITEMSOFFEROR TO COMPLETE BLOCKS 12,17,23,24, & 30

-

1. -..JISION NO.CFC-OS-320

EPA NO

2. CONTRACT NO. 3. AWARDIEFFECTIVE DATE 4. ORDER NO MODIFICATION NO. 5 SOLICITATION NO. a SOLICITATION ISSUE DATE

<2NSC-09-05-320 See Block 30c. RS-CFO-05-320

7. FOR SOUCITATION I NAME ID. TELEPHONE NO. (No CoIItcI Cals) e OFFER DUE DATELOCAL

INFORMATION CALL Jeffrey R. Mitchell 301-415-6465 TIME

9 ISSUED Y

U.S. Nuclear Regulacory CammissionDiv. of ContractsAttn: Jeffrey R. Mitchell, 301-415-6465Mail Stop T-7-I-2Washington, DC 20555

CODE 13100 10. THIS ACUISlTON IS

M UNRESTRICTED OR El SETASIDE: 100 %FOR:

F /SMALL BUSINESS El SAUSihESS

OI HUEZOENE SMNALLE SMALL BUSINESSEETiD.,LALtED VE -a~ El OA)

NAICS:SiZE STANDARD 1, 500

11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERtSO 13t. RATING

MARKUNESS BLC Net 30 El13a. THIS CONTRACTLS A Nl/Al~tARKED et 30 * FATED ORDER L'NDER t

SEESCHEDL2-E DPAS(15 CFR 700) 14ETHOD OFLCITATION E

15. DELIVER TO CODE 16. ADeINISTREFED BY CODE 13100

U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory CommissionAttn;: James Janis, 301-415-6051Mail Stop: T9-E211555 Rockville Pike

Washington DC 20555 Rockville MD 20852

17a CONTRACTOR/DFFEROR CODE FACILITY CODE I la. PAYMENT WILL BE MADE BY CODE 3100

G-3 VISAS, LTD U.S. Nuclear Regulatory Commission

ATM: CERISTOPHE DAVIS Payment Team, Mail Stop T-9-H-4Attnl (NRC-09-05-320)

3240 WILSON BLVD STE 150Washington DC 20555

ARLINGTON VA 222014406

TELEPHONE NO. 703-276-8472ITE. SRtSUr INVOICES TO ADDRESS SHOWN IN BLOCK 1 BaUNLESS ELOCK BELOW IS CHECKED

017b CHECK IF fEMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER fl SEE ADDENDUM

1i. 2 See CONTINUATION Page 21. 22. 23_ 24.

ITEM NO. SCHEDULE OF SUPPIJESISERVICES OUANTIlY UNIT UNIT PRICE AMOUNT

The Contractor shall provide the U.S. Nuclear Regulatory

Cozmission (NRC) the services described in section C'Statement of Work' and in accordance with the terms and

conditions of this contract.

ORAC.GOV incorporated by reference

_Usa Reivose and/or Attch Addltolnal Sheets as Necessaly)

5. ACCOLUNTINGANDAPPROP.9IATbON DATA See CONTINUATION Page 2BTOTALAVWARD AMUNT (FotGoVL U. o OnIy

O-bIN-15-0-1454 oInUrats N JlSriwuOblioate 17 450.00 _Contractors DUNS: 939914982 verified ccr

17,450

_ 27a. SOUCtTATIONINCORPORATES BY REFERENCE FAR 52.212-1. 52212-4 FAR 52.212-3AND 52.212-5 AREATTACHED. ADDENDA

D 27b CONTRTACTIPURCHASE ORDER INCORPORATES EY REFERENCE FAR 52.212-4. FAR 52212-515 ATTACHED. ACDENDA

!i CONTRACTOR ISAEOUIRED TO SIGN TIIS DOCUMbENT AND RETURN ' COPIES 29. VWRDBCo_ TO ISSUfGtFlCE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET DATED -"I FOR1 0f4 C1H WE 1)ENZIFIED A3OVE AND ON ANY AOOmONAL SHEETS SUBJECT TO A 5). INCLUDING

THE RL JNti 9IEDITbrD HEREIN. HIEREIN IS AC

ARE NOT ATTACHED.

I ARE NOT ATTACHED

,UTHORIEO FOR LOCAL REPRODUCTION'REVIOUS EDITION IS NOT USABLE

STANDARD FORM 1449 (REV.x62t5)Pracribed by GSA - FAR (48 CFR) 53212

*1.''-1

Page 2: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

C2I. ouAlTITY IN COLUAN 21 HAS BEEN

n RECESVED Q INSPECTED E ACCEPTED. AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:

22L SIGNATURE OF AUTHOReED GOVERNMENT REPRESENTATIVE 32g. DATE 32d. PRINTED NAME AND TITLE OF ALUIH-OlED GOVERNMENT REPRESENTATIVE

22o. MAU14G ACDRESS OF ALITHC"iZED GOVERNWENT REPRESENTATIVE 321. TELEPHONM NUBEER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32g. E-$AIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHtP NLKAER 34. VoucHEaI mLmsER 35 A.OUNT VERIFIED CORRECT 3& PAVUENT 73. CHECKWIUER

| PARTIALL COUPLETE PARTUL FINAL

32. SIn ACCOUNT NUMER B19. SIR VOUCHER NUlJ3MER 40 FAIDBY

41a. I CERfTIF THIS ACCOLIUNT CORRECT AND PROPER FOR PAYMENT . 42 RECEVED BY IPfini)

41b. SIGNATURE ANDTr7LE OF CETIFYI__ OfFICER _ _le. DATE42A. RECEVDeD AT YLmaiD)T

_42c. DATE REC`D CYYAUDD) |42d. TOTALCON7AINERS

STANDARD FCRM 1449 (REV Y225) BACK

Page 3: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

Table of Contents

SECTION B - CONTINUATION BLOCK ............................. B-1

B.1 PRICE/COST SCHEDULE. .. B-1B.2 STATEMENT OF WORK..B4B.3 CONSIDERATION AND OBLIGATION--DELIVERY ORDERS (JUN 1988). B-5B.4 DURATION OF CONTRACT PERIOD (MAR 1987)

ALTERNATE 4 (JUN 1988) .B-5

SECTION C - CONTRACT CLAUSES ........................... . ; C-1

C.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE . C-1C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ........................... C-1C.3 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO

IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIALITEMS (APR 2005) .C-1

C.4 52.216-18 ORDERING (OCT 1995) .C-5C.5 52.216-19 ORDER LIMITATIONS (OCT 1995) .C-5C.6 52.216-22 INDEFINITE QUANTITY (OCT 1995) .C-6C.7 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT

(MAR 2000) .C-6C.8 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL

YEAR (APR 1984). C-7C.9 SEAT BELTS. C-7C.10 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS .. C-7C.11 PROJECT OFFICER AUTHORITY (ALT 1) (FEB 2004) . . C-7C.12 2052.204.70 SECURITY (MAR 2004) .. C-8C.13 BADGE REQUIREMENTS FOR UNESCORTED BUILDING ACCESS TO NRC Facilities (FEB

2004).. 0-10C.14 SECURITY REQUIREMENTS FOR BUILDING ACCESS APPROVAL (FEB 2004) .... C-10C. 5 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY ACCESS APPROVAL (FEB

2004) .. C-i 1

SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS D-1

Page 4: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

lwnv�Ja-uu-oou ok I NW I. -

SECTION B - CONTINUATION BLOCK

B.1 PRICE/COST SCHEDULE

BASE PERIOD: August 1, 2005 THROUGH JUNE 30, 2006

CLIN DESCRiPTION EST. I UNIT UNIT AMOUNTOTY |PRICE

001 STANDARD PROCESSING TIME: Visa 140 EAor Passport Services (round trip pick upand delivery) ___

002 EXPEDITED PROCESSING TIME: Visa 60 EAor Passport Services (round trip pick upand delivery) _

003 ONE WAY PROCESSING: Visa or 20 EAPassport Services (one way pick up or _delivery) _____

004 ONE WAY PROCESSING WITH 10 EAOVERNIGHT PARCEL SERVICE (Visa orPassport Services)

Estimated Total: $17,450.00

OPTION PERIOD ONE: JULY 1, 2006 THROUGH JUNE 30, 2007

CLIN DESCRIPTION EST. UNIT UNIT AMOUNTOTY PRICE

005 STANDARD PROCESSING TIME: Visa 140 EAor Passport Services (round trip pick upand delivery) _ I

006 EXPEDITED PROCESSING TIME: Visa 60 EAor Passport Services (round trip pick upand delivery)

007 ONE WAY PROCESSING: Visa or 20 EAPassport Services (one way pick up ordelivery)

008 ONE WAY PROCESSING WITH I 0 EAOVERNIGHT PARCEL SERVICE (Visa orPassport Services) _

Estimated Total: $18.148.00

P4 4

B-1

Page 5: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

- - - * | - @ @ -

OPTION PERIOD TWO: JULY 1, 2007 THROUGH JUNE 30, 2008

CLIN DESCRIPTION EST. UNIT UNIT AMOUNT

009 STANDARD PROCESSING TIME: Visa 140 EAor Passport Services (round trip pick upand delivery)

010 EXPEDITED PROCESSING TIME: Visa 60 EA E Alor Passport Services (round trip pick upand delivery)

011 ONE WAY PROCESSING: Visa or 20 EA gm=Passport Services (one way pick up ordelivery)

012 ONE WAY PROCESSING WITH 10 EA /OVERNIGHT PARCEL SERVICE (Visa orPassport Services)

Estimated Total $

OPTION PERIOD THREE: JULY 1, 2008 THROUGH JUNE 30, 2009

CLIN DESCRIPTION EST. UNIT UNIT AMOUNTIQTY PR:ICE

013 STANDARD PROCESSING TIME: Visa 140 EAor Passport Services (round trip pick upand delivery)

014 EXPEDITED PROCESSING TIME: Visa 60 EAor Passport Services (round trip pick upand delivery)

015 ONIE WAY PROCESSING: Visa or 20 EAPassport Services (one way pick up ordelivery)

016 ONE WAY PROCESSING WITH 10 MUNR1OVERNIGHT PARCEL SERVICE (Visa orPassport Services) __ I

Estimated Total $19.604.10

01, q(_ -t-

7

\

B-2

Page 6: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

OPO P E I- WT JiU

;.. PTION PERIOD THREE: JULY 1, 2009 THROUGH JUNE 30, 2010

I I.j Id Li

CLIN DESCRIPTION EST. | UNIT UNIT AMOUNT._ I TY I PRICE

017 STANDARD PROCESSING TIME: Visa 140 EAor Passport Services (round trip pick upand delivery)._

018 EXPEDITED PROCESSING TIME: Visa 60 EAor Passport Services (round trip pick upand delivery)

019 ONE WAY PROCESSING: Visa or 20 EAPassport Services (one way pick up ordelivery)

020 ONE WAY PROCESSING WITH 10OVERNIGHT PARCEL SERVICE (Visa orPassport Services) I

Estimated Total: $20.379.60

TOTAL ESTIMATED CEILING (BASE PLUS OPTIONS) S94.448.00

?

B-3.

Page 7: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

- NMLb-US-UD-.iZU D~bI3vI D

B.2 STATEMENT OF WORK

; A. Objective

To provide visa and passport services, including door-to-door courier service, for the Office of the ChiefFinancial Officer (OCFO) at 11545 Rockville Pike, Rockville, Maryland 20852. Services include the pick-up ofpassport/visa applications at the lobby of 11545 Rockville Pike, delivery of passports or visas to theappropriate embassy or passport office, then return delivery back to 11545 Rockville Pike. Service is also toinclude the checking of applications for omissions or errors, expedited service for last minute requirements,and the providing NRC with up-to-date entry requirements for countries being traveled to including up-to-datevisa application forms.

B. Visa andlor Passport Delivery

1. Standard Processing Time:

The Contractor shall pick up and deliver visas or passports from the NRC Headquarters location on a dailybasis between the hours of 9:00 AM to 4:00 PM. The visas and passports will be delivered to the appropriateembassy or passport office by the workday following the pick up at NRC. The visas or passports will be pickedup at the embassy or passport office on the day they are ready for pick up and will deliver to NRC by the nextbusiness day.

2. Expedited Processing Time:

Deliveries required sooner than described in the above paragraph will be requested as an expedited deliveryand eligible for an Increased payment amount to the Contractor for that service. Examples of expediteddeliveries are when the visa or passport must be delivered to the embassy or passport office on the same dayit is picked up at NRC, or when the visa or passport must be delivered to NRC on the same day that thedocument is picked up at the embassy or passport office. Expedited delivery fees are in addition to thecustomary pick up and delivery fee.

The contractor may be required to check on the status of visas or passports to determine if they are as yetready. In such instances, no additional charge will be due from the NRC. However, the Contractor may takethis anticipated service into account when calculating the proposed expedited fee.

3. One Way Processing:

In some instances, a round-trip delivery is not required. An example is when an NRC employee applies at thePassport Office in person for a new passport. In these instances, a one-way pick up and delivery charge willbe due to the Contractor.

4. One Way Processing with Overnight Parcel Shipment:

It is anticipated that is some cases, NRC may request the Contractor to send a visa or passport directly to anNRC employee by an overnight parcel carrier instead of delivering that visa or passport to NRC Headquarters.This service includes a one way pick-up and delivery to the embassy or passport office and the cost of theovernight parcel service.

2. Visa and/or PasspDrt Services

Contractor shall provide the NRC with current blank copies of all necessary forms or applications for visasand/or passports.

Page 8: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

NHL;-UU-Ub-3?-U SUI IUrj b

Contractor shall stay up-to-date with and provide the NRC with any changes in requirements for obtainingvisas in the countries the NRC visits or in passports.

Contractor shall review applications received from NRC for errors or 6missions and return them to the NRC forcorrection. This is to avoid having rejections from the embassies or passport office which would adverselyaffect delivery times.

The services described in this section are not to paid for directly by the NRC, but are considered ascomplimentary service accompanying the delivery services.

B.3 CONSIDERATION AND OBLIGATION--TASKS ORDERS (JUN 1988)

(a) The total estimated amount of this contract ceiling (Maximum Ordering Limitation) for theproducts/services ordered, delivered, and accepted under this contract is $17,450.00. The Contracting Officermay unilaterally increase this amount as necessary for orders to be placed with the contractor during thecontract period provided such orders are within any maximum ordering limitation prescribed under thiscontract.

(b) The amount presently obligated with respect to this contract is $17,450.00. The guaranteed minimumquantity ordered under this contract is 10 units under line item 0001. The Contracting Officer may issue ordersfor work up to the amount presently obligated. This obligated amount may be unilaterally increased from timeto time by the Contracting Officer by written modification to this contract. The obligated amount shall, at notime, exceed the contract ceiling as specified in paragraph a above. When and if the amount(s) paid andpayable to the Contractor hereunder shall equal the obligated amount, the Contractor shall not be obligated tocontinue performance of the work unless and until the Contracting Officer shall increase the amount obligatedwith respect to this contract. Any work undertaken by the Contractor in excess of the obligated amountspecified above is done so at the Contractor's sole risk.

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

The ordering period for this contract shall commence on August 1, 2005 and will expire on June 30, 2006.Any orders issued during this period shall be completed within the time specified in the order, unless otherwisespecified herein. (See 52.216-18 - Ordering.) The term of this contract may be extended at the option of theGovernment for an additional four 1-year options.

B-5

Page 9: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

BIMNO-Utt-UD-04U

SECTION C - CONTRACT CLAUSES

C.A NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

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

NUMBER TITLE DATEFEDERAL ACQUISITION REGULATION (48 CFR Chapter 1)

C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they weregiven in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of aclause may be accessed electronically at this/these address(es):

http://www.arnet.gov/far

52.217-8 OPTION TO EXTEND SERVICES NOV 199952.232-18 AVAILABILITY OF FUNDS APR 198452.233-4 Applicable Law for Breach of Contract OCT 2004

Claim

C.3 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TOIMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIALITEMS (APR 2005)

(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)52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553).

(2)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: [Contracting Officer check as appropriate.)

C-1

Page 10: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

-[X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT

1995)(41 U.S.C. 253g and 10 U.S.C. 2402).

0 (2) 52.219-3, Notice of Total HUBZone Set-Aside (JAN 1999) (15 U.S.C. 657a).

D (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 1999) (if

the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

[] (4) (i) 52.219-5, Very Small Business Set-Aside (JUNE 2003) (Pub. L. 103-403, section 304, Small

Business Reauthorization and Amendments Act of 1994).

D (ii) Alternate I (MAR 1999) of 52.219-5.

D (iii) Alternate II (JUNE 2003) of 52.219-5.

[X] (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).

D (ii) Alternate I (OCT 1995) of 52.219-6.

[ (iii) Alternate II (MAR 2004) of 52.219-6.

a (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).

a (ii) Alternate I (OCT 1995) of 52.219-7.

D (iii) Alternate II (MAR 2004) of 52.219-7.

[)q (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)).

0 (8)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2002) (15 U.S.C. 637(d)(4));

D (ii) Alternate I (OCT 2001) of 52.219-9.

U (iii) Alternate II (OCT 2001) of 52.219-9.

[X] (9) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)).

0 (1 0)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns(JUNE 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (If the offeror elects to waive theadjustment, it shall so indicate in its offer).

0 (ii) Alternate I (JUNE 2003) of 52.219-23.

0 (iii) Alternate II (OCT 1998) of 52.219-23.

0 (11) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and

Reporting (OCT 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

0 (12) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT

2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

0(13) 52.21 9-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May2004)

[Xl (14) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755).

C-2

Page 11: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

NHiU-ut-U3-uNZU SEL; i ION C'

0 (15) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUN 2004) (E.O. 13126).

[X] (16) 52.222-21, Prohibition of Segregated Facilities (FEB 1999).

[X] (17) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246).

[X] (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and

Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212).

[X] (19) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793).

[X1 (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and

Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212).

f (21)52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004)

(E.O. 13201).

D (22)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products

(AUG 2000) (42 U.S.C. 6962(c)(3)(A)(ii)).

J (ii) Alternate I (AUG 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)).

0 (23) 52.225-1, Buy American Act-Supplies (JUNE 2003) (41 U.S.C. 10a-lOd).

[1 (24)(i) 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (JAN 2005) (41 U.S.C.

10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77,108-78,108-286).

[1 (ii) Alternate I (JAN 2004) of 52.225-3.

0 (iii) Alternate II (JAN 2004) of 52.225-3.

O (25) 52.225-5, Trade Agreements (JAN 2005) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

[X (26) 52.225-1 3, Restrictions on Certain Foreign Purchases (MAR 2005) (E.O.s, proclamations, andstatutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

O (27) 52.225-15, Sanctioned European Union Country End Products (FEB 2000) (E.O. 12849).

0 (28) 52.225-16, Sanctioned European Union Country Services (FEB 2000) (E.O. 12849).

fl (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10

U.S.C. 2307(f)).

0 (30) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C.

2307(f)).

[X] (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31

U.S.C. 3332).

0 (32) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY

1999) (31 U.S.C. 3332).

0 (33) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332).

C-3

Page 12: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

Nn- `!W-O' b=L I ILJI"J U

f (34) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).

D (35)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (APR 2003) (46 U.S.C.

Appx 1241 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

implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting

Officer check as appropriate.]

f (1) 52.222-41, Service Contract Act of 1965, as Amended (MAY 1989) (41 U.S.C. 351, et seq.).

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

El (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year andOption Contracts) (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

E (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (February 2002) (29U.S.C. 206 and 41 U.S.C. 351, et seq.).

E (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant toPredecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this

paragraph (d) f this contract was awarded using other than sealed bid, is in excess of the simplified acquisition

threshold, and does not contain the clause at 52.215-2, 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

transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and

other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or

for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this

contract. If this contract is completely or partially terminated, the records relating to the work terminated shall

be made available for 3 years after any resulting final termination settlement. Records relating to appeals

under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract

shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records Include books, documents, accounting procedures and practices, and

other data, regardless of type and regardless of form. This does not require the Contractor to create or

maintain any 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, the

Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this

paragraph in a subcontract for commercial Items. Unless otherwise indicated below, the extent of the ilow

down shall be as required by the clause--

C-4

Page 13: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

(i) 52.219-8, Utilization of Small Business Concerns (May 2004) (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 $500,000 ($1,000,000 for construction of any public facility), the subcontractormust include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(ii) 52.222-26, Equal Opportunity (April 2002) (E.O. 11246).

(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and OtherEligible Veterans (December 2001) (38 U.S.C. 4212).

(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793).

(v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004)(E.O. 13201).

(vi)52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for allsubcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.).

(vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (April 2003) (46 U.S.C.Appx 1241 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 minimalnumber of additional clauses necessary to satisfy its contractual obligations.

C.4 52.216-18 ORDERING (OCT 1995)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of deliveryorders or task orders by the individuals or activities designated in the Schedule. Such orders may be issuedfrom the effective date of the contract through the end of the effective period.

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

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

C.5 52.216-19 ORDER LIMITATIONS (OCT 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in anamount of less than $10.00, the Government is not obligated to purchase, nor Is the Contractor obligated toiurnish' those supplies or services under the contract.

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

(1) Any order for a single item in excess of N/A;

C-,

Page 14: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

(2) Any order for a combination of items in excess of N/A;

(3) A series of orders from the samre ordering office within N/A days that together call for quantitiesexceeding the limitation in subparagraph (b)(1) or (2) above.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the

Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirementfrom the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.

(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the

maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering officewithin N/A days after issuance, with written notice stating the Contractors intent not to ship the item (or items)

called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services

from another source.

C.6 52.216-22 INDEFINITE QUANTITY (OCT 1995)

(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the periodstated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates onlyand are not purchased by this contract.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with theOrdering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies orservices specified in the Schedule up to and including the quantity designated in the Schedule as the"maximum." The Government shall order at least the quantity of supplies or services designated in theSchedule 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'sand Government's rights and obligations with respect to that order to the same extent as if the order werecompleted during the contract's effective period; provided, that the Contractor shall not be required to makeany deliveries under this contract after one (1) month.

C.7 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT(MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 3 days;

provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30days before the contract expires. The preliminary notice does not commit the Government to an extension.

C-6

Page 15: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

(b) Ifthe 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 five years.

C.8 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCALYEAR (APR 1984)

Funds are not presently available for performance under this contract beyond . The Government's obligationfor performance of this contract beyond that date is contingent upon the availability of appropriated funds fromwhich payment for contract purposes can be made. No legal liability on the part of the Government for anypayment may arise for performance under this contract beyond, until funds are made available to theContracting Officer for performance and until the Contractor receives notice of availability, to be confirmed inwriting by the Contracting Officer.

C.9 SEAT BELTS

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

C.10 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 and Naturalization (INS) laws and regulations, including employment authorization documents andvisa requirements. Each alien employee of the Contractor must be lawfully admitted for permanent residenceas evidenced by Alien Registration Receipt Card Form 1-151 or must present other evidence from theImmigration and Naturalization Services that employment will not affect his/her immigration status. The INSOffice of Business Liaison (OBL) provides information to contractors to help them understand the employmenteligibility verification process for non-US citizens. This information can be found on the INS webslte,http://www.ins.usdoj.gov/graphics/services/employerinfo/index.htm#obl.

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, terminatefor cause) should the Contractor violate the Contractor's responsibility under this clause.

(End of Clause)C.11 PROJECT OFFICER AUTHORITY (ALT 1) (FEB 2004)

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

Name: James S. Janis

Address: U.S. Nuclear Regulatory CommissionMail Stop: T9-E211555 Rockville PikeRockville, MID 20852

C-7

Page 16: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

INM1V--UV-UO-a 'U IJ=t- I JUN LI

Telephone Number: 301-415-6051

(b) The project officer shall:

(1) Place delivery orders for items required under this contract up to the amount obligated on the contractaward document.

(2) Monitor contractor performance and recommend changes in requirements to the contracting officer.

(3) Inspect and accept products/services provided under the contract.

(4) Review all contractor invoices/vouchers requesting payment for roducts/services provided under thecontract and make recommendations for approval, disapproval, or suspension.

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

(c) The project officer may not make changes to the express terms and conditions of this contract.

'To. be incorporated into any resultant contract

C.12 2052.204.70 SECURITY (MAR 2004)

(a) Contract Security and/or Classification Requirements (NRC Form 187). The policies, procedures, andcriteria of the NRC Security Program, NRC Management Directive (MD) 12 (including MD 12.1, 'NRC FacilitySecurity Program;" MD 12.2, "NRC Classified Information Security Program;" MD 12.3, "NRC PersonnelSecurity Program;" MD 12.4, "NRC Telecommunications Systems Security Program;" MD 12.5, "NRCAutomated Information Systems Security Program;" and MD 12.6, 'NRC Sensitive Unclassified InformationSecurity Program"), apply to performance of this contract, subcontract or other activity. This MD isincorporated into this contract by reference as though fully set forth herein. The attached NRC Form 187 (SeeList of Attachments) furnishes the basis for providing security and classification requirements to primecontractors, subcontractors, or others (e.g., bidders) who have or may have an NRC contractual relationshipthat requires access to classified Restricted Data or National Security Information or matter, access tosensitive unclassified information (e.g., Safeguards), access to sensitive Information Technology (IT) systemsor data, unescorted access to NRC controlled buildings/space, or unescorted access to protected and vitalareas of nuclear power plants.

(b) It is the contractor's duty to protect National Security Information, Restricted Data, and FormerlyRestricted Data. The contractor shall, in accordance with the Commission's security regulations andrequirements, be responsible for protecting National Security Information, Restricted Data, and FormerlyRestricted Data, and for protecting against sabotage, espionage, loss, and theft, the classified documents andmaterial in the contractor's possession in connection with the performance of work under this contract. Exceptas otherwise expressly provided in this contract, the contractor shall, upon completion or termination of thiscontract, transmit to the Commission any classified matter in the possession of the contractor or any personunder the contractor's control in connection with performance of this contract. If retention by the contractor ofany classified matter is required after the completion or termination of the contract and the retention isapproved by the contracting officer, the contractor shall complete a certificate of possession to be furnished tothe Commission specifying the classified matter to be retained. The certification must identify the items andtypes or categories of matter retained, the conditions governing the retention of the matter and their period of

C-8

Page 17: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

I'1r1U-uV-Z0U -- *-

retention, if known. If the retention is approved by the contracting officer, the security provisions of the contractcontinue to be applicable to the matter retained.

(c) In connection with the performance of the work under this contract, the contractor may be furnished, ormay develop or acquire, safeguards information, or confidential or privileged technical, business, or financialinformation, including Commission plans, policies, reports, financial plans, internal data protected by thePrivacy Act of 1974 (Pub. L. 93.579), or other information which has not been released to the public or hasbeen determined by the Commission to be otherwise exempt from disclosure to the public. The contractorshall ensure th'at information protected from public disclosure is maintained as required by NRC regulationsand policies, as cited in this contract or as otherwise provided by the NRC. The contractor will not directly orindirectly duplicate, disseminate, or disclose the information in whole or in part to any other person ororganization except as may be necessary to perform the work under this contract. The contractor agrees toreturn the information to the Commission or otherwise dispose of it at the direction of the contracting officer.Failure to comply with this clause is grounds for termination of this contract.

(d) Regulations. The contractor agrees to conform to all security regulations and requirements of theCommission which are subject to change as directed by the NRC Division of Facilities and Security (DFS) andthe Contracting Officer. These changes will be under the authority of the FAR Changes clause referenced Inthis document.

The contractor agrees to comply with the security requirements set forth in NRC Management Directive 12.1,NRC Facility Security Program which is incorporated into this contract by reference as though fully set forthherein. Attention is directed specifically to the section titled "Infractions and Violations," including"Administrative Actions" and "Reporting Infractions."

(e) Definition of National Security Information. The term National Security Information, as used in this clause,means information that has been determined pursuant to Executive Order 12958 or any predecessor order torequire protection against unauthorized disclosure and that is so designated.

(f) Definition of Restricted Data. The term Restricted Data, as used in this clause, means all data concerningdesign, manufacture, or utilization of atomic weapons; the production of special nuclear material; or the use ofspecial nuclear material in the production of energy, but does not include data declassified or removed fromthe Restricted Data category pursuant to Section 142 of the Atormiic Energy Act of 1954, as amended.

(g) Definition of Formerly Restricted Data. The term Formerly Restricted Data, as used in this clause, meansall data removed from the Restricted Data category under Section 142-d of the Atomic Energy Act of 1954, asamended.

(h) Definition of Safeguards Information. Sensitive unclassified information that specifically identifies thedetailed security measures of a licensee or an applicant for the physical protection of special nuclear material;or security measures for the physical protection and location of certain plant equipment vital to the safety ofproduction of utilization facilities. Protection of this information is required pursuant to Section 147 of theAtomic Energy Act of 1954, as amended.

(I) Security Clearance. The contractor may not permit any individual to have access to Restricted Data,Formerly Restricted Data, or other classified information, except in accordance with the Atomic Energy Act of1954, as amended, and the Commission's regulations or requirements applicable to the particular type orcategory of classified information to which access is required. The contractor shall also execute a StandardForm 312, Classified Information Nondisclosure Agreement, when access to classified information is required.

A) Criminal Liabilities. It is understood that disclosure of National Security Information, Restricted Data, andFormerly Restricted Data relating to the work or services ordered hereunder to any person not entitled toreceive it, or failure to safeguard any Restricted Data, Formerly Restricted Data, or any other classified matterthat may come to the contractor or any person under the contractor's control in connection with work under this

C-9

Page 18: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

NIU-US-LD-6bU btU I IUIN ;.

contract, may subject the contractor, its agents, employees, or subcontractors to criminal liability under thelaws of the United States. (See the Atomic Energy Act of 1954, as amended, 42 U.S.C. 2011 et seq.; 18U.S.C. 793 and 794; and Executive Order 12958.)

(k) Subcontracts and Purchase Orders. Except as otherwise authorized in writing by the contracting officer,the contractor shall insert provisions similar to the foregoing in all subcontracts and purchase orders under thiscontract.

(I) In performing the contract work, the contractor shall classify all documents, material, and equipmentoriginated or generated by the contractor in accordance with guidance issued by the Commission. Everysubcontract and purchase order issued hereunder involving the origination or generation of classifieddocuments, material, and equipment must provide that the subcontractor or supplier assign classification to alldocuments, material, and equipment in accordance with guidance furnished by the contractor.

C.13 BADGE REQUIREMENTS FOR UNESCORTED BUILDING ACCESS TO NRC Facilities(FEB 2004)

During the life of this contract, the rights of ingress and egress for contractor personnel must be madeavailable, as required, provided that the individual has been approved for unescorted access after a favorableadjudication from the Security Branch, Division of Facilities and Security (SB/DFS). In this regard, allcontractor personnel whose duties under this contract require their presence on.site shall be clearly identifiableby a distinctive badge furnished by the NRC. The Project Officer shall assist the contractor in obtaining badgesfor the contractor personnel. It is the sole responsibility of the contractor to ensure that each employee has aproper NRC-issued identification/badge at all times. All photo-identification badges must be immediately (nolater than three days) delivered to SB/DFS for cancellation or disposition upon the termination of employmentof any contractor personnel. Contractor personnel must display any NRC issued badge in clear view at alltimes during on.site performance under this contract. It is the contractor's duty to assure that contractorpersonnel enter only those work areas necessary for performance of contract work, and to assure theprotection of any Government records or data that contractor personnel may come into contact with.

C.14 SECURITY REQUIREMENTS FOR BUILDING ACCESS APPROVAL (FEB 2004)

The contractor shall ensure that all its employees, including any subcontractor employees and anysubsequent new employees who are assigned to perform the work herein, are approved by the Governmentfor building access. Timely receipt of properly completed security applications is a contract requiremenLFailure of the contractor to comply with this condition within the ten work.day period may be a basis to void thenotice of selection. In that event, the Government may select another firm for award.

A contractor employee shall not have access to NRC facilities until he/she is approved by Security Branch,Division of Faoilities and Security (SB/DFS). Temporary access may be approved based on a favorableadjudication of their security forms. Final access will be approved based on favorably adjudicated backgroundchecks by General Services Administration in accordance with the procedures found in NRC ManagementDirective 12.3, Part 1. However, temporary access authorization approval will be revoked and the employeemay subsequently be removed from the contract in the event the employee's investigation cannot be favorablyadjudicated. Such employee will not be authorized to work under any NRC contract without the approval ofSB/DFS. When an individual receives final access, the individual will be subject to a reinvestigation every fiveyears.

C-10

Page 19: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

L - - 2 btL; 1 IUIN L

The Government shall have and exercise full and complete control over granting, denying, withholding, orterminating building access approvals for individuals performing work under this contract. Individualsperforming work under this contract shall be required to complete and submit to the contractor representativean acceptable GSA Form 176 (Statement of Personal History), and two FD.258 (Fingerprint Charts). Non-U.S.citizens must provide official documentation to the DFS/SB, as proof of their legal residency. Thisdocumentation can be a Permanent Resident Card, Temporary Work Visa, Employment Authorization Card, orother official documentation issued by the U. S. Citizenship and Immigration Services. Any applicant with lessthan two years residency in the U. S. will not be approved for building access. The contractor representativewill submit the documents to the Project Officer who will give them to the SB/DFS. SB/DFS may, among otherthings, grant or deny temporary unescorted building access approval to an individual based upon its review ofthe information contained in the GSA Form 176. Also, in the exercise of its authority, GSA may, among otherthings, grant or deny permanent building access approval based on the results of its investigation andadjudication guidelines. This submittal requirement also applies to the officers of the firm who, for any reason,may visit the work sites for an extended period of time during the term of the contract. In the event thatSB/DFS and GSA are unable to grant a temporary or permanent building access approval, to any individualperforming work under this contract, the contractor is responsible for assigning another individual to performthe necessary function without any delay in the contract's performance schedule, or without adverse impact toany other terms or conditions of the contract. The contractor is responsible for informing those affected by thisprocedure of the required building access approval process (i.e., temporary and permanent determinations),and the possibility that individuals may be required to wait until permanent building access approvals aregranted before beginning work in NRC's buildings.

The contractor will immediately notify the Project Officer when a contractor employee terminates. The ProjectOfficer will immediately notify SB/DFS (via e-mail) when a contractor employee no longer requires buildingaccess and return any NRC issued badges to the SB/DFS within three days after their termination.

C.15 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY ACCESS APPROVAL(FEB 2004)

The proposer/contractor must identify all individuals and propose the level of Information Technology (IT)approval for each, using the following guidance. The NRC sponsoring office shall make the final determinationof the level, if any, of IT approval required for all individuals working under this contract.

The Government shall have and exercise full and complete control over granting, denying, withholding, orterminating building access approvals for individuals performing work under this contract.

SECURITY REQUIREMENTS FOR LEVEL I

Performance under this contract will involve prime contractor personnel, subcontractors or others whoperform services requiring direct access to or operate agency sensitive Information technology systems or data(IT Level I).

The IT Level I involves responsibility for the planning, direction, and implementation of a computer securityprogram; major responsibility for the direction, planning, and design of a computer system, including hardwareand software; or the capability to access a computer system during its operation or maintenance in such a waythat could cause or that has a relatively high risk of causing grave damage; or the capability to realize asignificant personal gain from computer access. Such contractor personnel shall be subject to the NRCcontractor personnel security requirements of NRC Management Directive (MD) 1i.3, Part I and will require afavorably adjudicated Limited Background Investigation (LBI).

A contractor employee shall not have access to sensitive information technology systems or data until he/sheis approved by Security Branch, Division of Facilities and Security (SB/DFS). Temporary access may be

C-11

Page 20: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

I'J I1L-U~d-u:D-aZU tbr-Ll I LIM LI

* approved based on a favorable adjudication of their security forms and checks. Final access will be approvedbased on a favorably adjudicated LBI in accordance with the procedures found in NRC MD 12.3, Part I.However, temporary access authorization approval will be revoked and the employee may subsequently beremoved from the contract in the event the employee's investigation cannot be favorably adjudicated. Suchemployee will not be authorized to work under any NRC contract without the approval of SB/DFS. Timelyreceipt of properly completed security applications is a contract requirement. Failure of the contractor tocomply with this condition within the ten work.day period may be a basis to void the notice of selection. In thatevent, the Government may select another firm for award. When an individual receives final access, theindividual will be subject to a reinvestigation every 10 years.

The contractor shall submit a completed security forms packet, including the SF-86, "Questionnaire forNational Security Positions,' and fingerprint charts, through the Project Officer to SB/ DFS for review andfavorable adjudication, prior to the individual performing work under this contract. The contractor shall assurethat all forms are accurate, complete, and legible (except for Part 2 of the questionnaire, which is required tobe completed in private and submitted by the individual to the contractor in a sealed envelope), as set forth inMD 12.3 which is incorporated into this contract by reference as though fully set forth herein. Based on SBreview of the applicant's security forms and/or the receipt of adverse information by NRC, the individual maybe denied access to NRC facilities, sensitive information technology systems or data until a final determinationis made of his/her eligibility under the provisions of MD 12.3. Any questions regarding the individual's eligibilityfor IT Level I approval will be resolved in accordance with the due process procedures set forth in MD 12.3 andE. 0. 12968.

In accordance with NRCAR 2052.204.70 'Security,' IT Level I contractors shall be subject to the attachedNRC Form 187 (See Section J for List of Attachments) which furnishes the basis for providing securityrequirements to prime contractors, subcontractors or others (e.g., bidders) who have or may have an NRCcontractual relationship which requires access to or operation of agency sensitive information technologysystems or remote development and/or analysis of sensitive information technology systems or data or otheraccess to such systems and data; access on a continuing basis (in excess of 30 days) to NRC Headquarterscontrolled buildings; or otherwise requires issuance of an NRC badge.

SECURITY REQUIREMENTS FOR LEVEL II

Performance under this contract will involve contractor personnel that develop and/or analyze sensitiveinformation technology systems or data or otherwise have access to such systems or data (IT Level II).

The IT Level II involves responsibility for the planning, design, operation, or maintenance of a computersystem and all other computer or IT positions. Such contractor personnel shall be subject to the NRCcontractor personnel requirements of MD 12.3, Part I, which is hereby incorporated by reference and made apart of this contract as though fully set forth herein, and will require a favorably adjudicated Access NationalAgency Check with Inquiries (ANACI).

A contractor employee shall not have access to sensitive information technology systems or data until he/sheis approved by SB/DFS. Temporary access may be approved based on a favorable review of their securityforms and checks. Final access will be approved based on a favorably adjudicated ANACI in accordance withthe procedures found in MD 12.3, Part I. However, temporary access authorization approval will be revokedand the employee may subsequently be removed from the contract in the event the employee's investigationcannot be favorably adjudicated. Such employee will not be authorized to work under any NRC contractwithout the approval of SB/DFS. Timely receipt of properly completed security applications is a contractrequirement. Fallur6 of the contractor to comply with this condition within the ten work.day period may be abasis to void the notice of selection. In that event, the Government may select another firm for award. Whenan individual receives final access, the individual will be subject to a reinvestigation every 10 years.

The contractor shall submit a completed security forms packet, Including the SF-86, "Questionnaire forNational Security Positions," and fingerprint charts, through the Project Officer to the NRC SB/DFS for review

*-12

Page 21: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

V1 rV.-U1-U0-J5zU dLsI 1ION U

*and favorable adjudication, prior to the individual performing work under this contract. The contractor shallassure that all forms are accurate, complete, and legible (except for Part 2 of the questionnaire, which isrequired to be completed in private and submitted by the individual to the contractor in a sealed envelope), asset forth in MD 12.3. Based on SB review of the applicant's security forms and/or the receipt of adverseinformation by NRC, the individual maiy be denied access to NRC facilities, sensitive information technologysystems or data until a final determination is made of his/her eligibility under the provisions of MD 12.3. Anyquestions regarding the individual's eligibility for IT Level 11 approval will be resolved in accordance with thedue process procedures set forth in MD 12.3 and E.O.A 12968.

In accordance with NRCAR 2052.204.70 "Security," IT Level II contractors shall be subject to the attachedNRC Form 187 (See Section J for List of Attachments) which furnishes the basis for providing securityrequirements to prime contractors, subcontractors or others (e.g. bidders) who have or may have an NRCcontractual relationship which requires access to or operation of agency sensitive information technologysystems or remote development and/or analysis of sensitive information technology systems or data or otheraccess to such systems or data; access on a continuing basis (in excess of 30 days) to NRC Headquarterscontrolled buildings; or otherwise requires issuance of an NRC badge.

CANCELLATION OR TERMINATION OF IT ACCESS/REQUEST

When a request for investigation is to be withdrawn or canceled, the contractor shall immediately notify theProject Officer by telephone in order that he/she will immediately contact the SB/DFS so that the investigationmay be promptly discontinued. The notification shall contain the full name of the individual, and the date of therequest. Telephone notifications must be promptly confirmed in writing to the Project Officer who will forwardthe confirmation via email to the SB/DFS. Additionally, SB/DFS must be immediately notified when anindividual no longer requires access to NRC sensitive automated information technology systems or data,including the voluntary or involuntary separation of employment of an individual who has been approved for oris being processed for access under the NRC 'Personnel Security Program.'

C-13

Page 22: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

NHU-UY5-U3 U NU6hFs I JUN U

SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS

Firm Fixed Price Billing Instructions 2 pages

NRC Form 187 2 pages

13-1

Page 23: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

BILLING INSTRUCTIONS FORFIXED PRICE CONTRACTS (October 2003)

General: The contractor is responsible during performance and through final payment of thiscontract for the accuracy and completeness of the data within the Central Contractor Registration(CCR) database, and for any liability resulting from the Government's reliance on inaccurate orincomplete CCR data. The contractor shall prepare vouchers or invoices as prescribed herein.FAILURE TO SUBMIT VOUCHERSIINVOICES IN ACCORDANCE WITH THESE INSTRUCTIONS WILLRESULT IN REJECTION OF THE VOUCHERIINVOICES AS IMPROPER.

Form: Claims shall be submitted on the payee's letterhead, voucherlinvoices, or on theGovernment's Standard Form 1034, "Public Voucher for Purchases and Services Other thanPersonal," and Standard Form 1035, "Public Voucher for Purchases Other than Personal-Continuation Sheet." These forms are available from the U.S. Government Printing Office, 710North Capitol Street, Washington, DC 20401.

Number of Conies: An original and three copies shall be submitted. Failure to submit all therequired copies will result in rejection of the voucherfinvoice as Improper.

Designated Agency Billing Office: Vouchers/lnvolces shall be submitted to the following address:U.S. Nuclear Regulatory CommissionDivision of Contracts - T-7-1-2Washington, DC 20555-0001

A copy of any invoice which Includes a purchase of property valued at the time of purchase at$5000 or more, shall additionally be sent to:

NRC Property Management OfficerAdministrative Services CenterMall Stop -T-7-D-27Washington, DC 20555-0001

HAND-DELIVERY OF VOUCHERSIINVOICES IS DISCOURAGED AND WILL NOT EXPEDITEPROCESSING BY THE NRC. However, should you choose to deliver voucherslinvoices by hand,including delivery by any express mall service or special delivery service which uses a courier orother person to deliver the voucherslinvoices in person to the NRC, such voucherslinvoices mustbe addressed to the above Designated Agency Billing Office and will only be accepted at thefollowing location:

U.S. Nuclear Regulatory CommissionOne White Flint North - Mall Room1 1555 Rockville PikeRockville, MD 201352

HAND-CARRIED SUBMISSIONS WILL NOT BE ACCEPTED AT OTHER THAN THE ABOVEADDRESS

Note that the official receipt date for hand-delivered voucbers/invoices will be the date It isreceived by the official agency billing office in the Division of Contracts.

Aqency Payment Office: Payment will continue to be made by the office designated in the contractin Block 12 of the Standard Form 26 or Block 25 of the Standard Form 33, whichever is applicable.

Freciuencv: The contractor shall submit a voucher or Invoice only after the NRC's final acceptanceof services rendered or products delivered In perlormance of the contract unless otherwise

Page 24: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

specified in the contract

Preparation and Itemization of the Voucherlinvoice: The voucherlinvoice shall be prepared in inkor by typewriter (without strike-overs). Corrections or erasures must be initialed. To beconsidered a proper voucherlinvoice, all of the following elements must be Included:

1. Contractor-s Data Universal Number (DUNS) or DUNS+4 number that identifies thecontractor=s name and address. The DUNS+4 number is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the contractor to identifyalternative Electronic Funds Transfer (EFT) accounts for the same parent concern.

2. Contract number.

3. Sequential voucLer/invoice plumber.

4. Date of voucber/invoice.

D. Payee's name and address. Show the name of the Payee as it appears In the contract andIts correct address. If the Payee assigns the proceeds of this contract as provided for inthe assignment of claims terms of this contract, the Payee shall require as a condition ofany such assignment, that the assignee shall register separately In the Central ContractorRegistration (CCR) database at http:llwww.ccr.gov and shall be paid by EFT In accordancewith the terms of this contract. See Federal Acquisition Regulation 62.232-33(g) Paymentby Electronic Funds Transfer - Central Contractor Registration (October 2003).

6. Description of articles or services, quantity, unit price, and total amount

7. For contractor acquired property list each Item purchased costing $50,000 or more andhaving a life expectancy of more than 1 year and provide: (1) an item description, (2)manufacturer, (3) model number, (4) serial number, (5) acquisition cost, (6) date ofpurchase, and (7) a copy of the purchasing document.

8. Weight and zone of shipment, If shipped by parcel post

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

10. Instructions to consignee to notify the Contracting Officer of roceipt of shipment

11. For Indefinite Delivery contracts or contracts under which progress payments areauthorized, the final voucher/invoice shall be marked "FINAL VOUCHER" OR "FINALINVOICE."

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

I

Page 25: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

- -a,,^,.,,,_. .t..-ta J- !

; itIRC FORM 137

_ *U.S. NUCLEAR REGULAT0RY'COMMI,'lz>.SOW

CONTRACT SECURITY *ANDIORGL-A SSIFICATION -REQUIREMEW l

AU.VHORtrY

rJRO;S-i:J F;49 rg:xlll.gRt$.i.:1 '.4tli

tIi;el:4r>~y r

*CO L-0TE, CLASSiFIED ZTnM. 1

SEPAPATE CORRESppONCENCE

cOD TmC bO E FOI 1OQ 1 YPE F SUBMISSIONFR2!_CTS f Na ..ttoc =tc J Z mmfiter mamIt c E- -%.M! .

'1',)1 I,-E)tcrmnihIta i , X4 b:'3!t~I.

: i iL. . .. ._________________ioljivri

t$, ,.EOR . OLCOW-ON CONITRACt: ENTER:PRECED~ CON7 F X. UMiERA}JrS RO JCTED COMLcTI ?I. DATE

L.2 - ;1'i3D -lTeP~Mi 2 cE.D .l2 -/- 'L-

L ' ¢rl~~~T37D-}S-E f' W:&'>i z/Ei(t

.4 -Pf1i l:TTnLVAT10f4 ...F.- - * _ ,, .. i

.rILr Se 'ketIo 1 t Scqj. S. i nrc"eariegu laIory u nhxmi 1- iatpm;:riterTA f.i4 '

£ . -- . _ .- . -'

SA.P AVALC SDr OM, 1 !JTo. ,, SCOnY Ti , _1E

J-'fw tir*o."pin~dlO t.<.%, ,. oScRET' E..N~zirENTIL" .Ea ^iDtEn'

:1. A :. ACEISTOFREIQN ! L -riE iO , j ' .,

'':CTJ;STFiED MATTER.(e5y t... ______ L..J r 1. -.j *

. --- ptNs.FI-R . . . _ _ . J._

. . v , . . . u L- I.. _ _ a _ -_-_

t. Z.'ACtES'TQC[TfPT.OGRAP-IiC-TER~E~s.TiHR f- ...- '.1 ES TO _ , I , ,. _. ._ ._ 4:_--_ _ .t

_-- < ._ ._ . . . . . __ .t2............... .. ____ -- i _

_r .... _ '................. b . , ........LI...________.... . .._..-.-_

-. .4Td. g~~}12 _|*

E. >__t AeLS ~1RrTC- - ;: -''-

C.~r UNFrsSrArrEL A~c~sis rc~ IRkIr. duiTO RO I~uirE:o.ltli;tEA F Ut", ~~tP~t

F~j>~ D tt CjI.M~t riNiRQjlI1G n OUtAf ;^:AY!NAL6.PPROlVALW F'ppUJNESCWtEACE rcEsS: X.flEE .. Nfaclr! 12,

-o -. r _

I

01V.s

;j)

Is

F,''

*trFOnM' .1:', IJ1=11 zpt c,,fl Pqqapp"l PA,? CA )r:.v!xua? U,;pfe .

, '.'_

;g jIV N

* I 1. 1 ... -' -z'J

Page 26: El · 2012. 11. 20. · "i for1 0f4 c1h we 1)enzified a3ove and on any aoomonal sheets subject to a 5). including the rl jnti 9ieditbrd herein. hierein is ac are not attached. i are

__W"sna_ __X_ - - ^

,i tUOJFO.I~t,1l~Y: PETTAIM|;lt' 7I-.SE REJU!REMFJ86 .ord~ eTHIS PROJEiiT. EVE~J i-C.Cl)I 'SCICI ItNFiOR:.Tlz~ 'C~bl:!iJSSrlj';i I il-l :I$:;.* f'1 A"i N3er i. U EI£_ASEC r U9RfliSSMINRTlCI' cxr.FFTr '.S APP(zED E4'.'-

t:J;).E *.~T| T-L_ 51G3NFC>RE' SATE

0.14':<l? @t 8 1 9j> ......... , , I ,S,..

_ ..

CLASSIFICATIONi GUIDANCE ,

lNAT1URE, F CUS 'IFIED GtIDANCL.E LDEt- IrIATICNI OF MASSIFlN OU;D.S

',P. CLASS.IFIED R-EVIEVW. OF-OONTRACrO Rit S UJB ONTRACTO1W~~RT(JN OTH~ER D0CUMlEKT,5.WIY~LI.B1

'Li'

"9. REQUIREDDISTmauTioIII OF'NRC Fo 4,fi7 'Ce~cFroppauoxej

tI -DCIVTRAC1 O MENTbi

. CiEtil~YCLASSiPAlOItREOlWftSRO.4h'TS FOh' SU Cj:NTR~AG1-O RSUCT!Nt F MI1.HI trtrlnAc:f VknL EEAppr:O v'DVrtjr;_'OIFIICIALS tlAM~lp IN llEE139 AI ID 1(k BE!X'W

;'.; APPROVALS>

SEeiRnI~tC6AS&IrIl':A'rO}j pEqUr :~tlr.ISE~fJ:F 6U$tIvt CIai~(T nfl UTtSIN.FrM ThIwCOWTRACT wrL-DERPRQ'E'htt FC FI-I:ALSNAMtiu\i;m

- NAME (Priuit:6r-tpe) SIGNATURE: - DATE.. ~ DIAS.) - .---. *$O ALr. ., . . .. .. -.

I.!

£iI1,],tI%, Pgliililjt]l. :sry~ti aDIViiJsIUi~rrtlaw~ii 111SdtE~ I> ." t *2J'* t '---'~ i. ; r

S ~R~sJD~ol~ittl~hls~2~ iNAJtuRE l:D',Tr-

¶-flun!SiO t;iin 2ty I> ;4-;fi Xi1-/* ; -lN - - rn& b,, $._- .- x

v.-QPr4.t NM~ FwOmAr h PROFERr? ,91)15;1czi~Ef lT r 1 ifrF L> r -

_ __ /# * f.,Zen'I

L-thsJ

.rt

_.' --