delivery order no. nrc-hq-13-p-04-0099. · delivery order gs23foo60l nrc-hq-13-p-04-0099 task order...

23
Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGES IMPORTANT: Mark all packages and papers with contractandor order nuembers. BPANO.1 1 DATE OF ORDER 2 CONTRACT NO. (1 any) 6. SHIP TO: 3. ORDER NO MODIFICATION NO. 4. REOUISITIONIREFERENCE NO. NAME OF CONSIGNEE 3REUST13 F3 U.S. Nuclear Regulatory Cormmrission NRC-HQ-13-P-04-099 S-b. STREET ADDRESS 5. ISSUING OFFICE (Address correspondence to) U.S. Nuclear Regulatory Commission Div. of Contracts Attn: Dominique C. Malone c CITY d STATE e. ZIP CODE Mall Stop: TWB-01-B10M W. DC 20555 Washington, DC 20555 Washington DC 20555 7. TO: f. SHIP VIA a.NAME OF CONTRACTOR DUNS: 960756138 INFORMATION SYSTEMS LABORATORIES, INC. 8. TYPE OF ORDER b. COMPANY NAME 1 a. PURCHASE .7 b. DELIVERY REFERENCE YOUR _ Except for billing instructions on the reverse, this Please fumish the following on the terms and delivery order is subject to instructionl c. STREET ADDRESS conditions specified on both sides of this order contained on this side only of this form and is 11140 ROCKVILLE PIKE STE 650 and on the attached sheel, if any. including issued subjecl to the terms and conditnion delivery as indicoated. of the above-nurrteiid contract. d. CITY e. STATE I. ZIP CODE Rockville MD 208523116 9. ACCOUNTING AND APPROPRIATION DATA 10. REQUISITIONING OFFICE Obligated: S75,000, B&R:2013-60-11-6-174, JC:V6362 BOC: 252A, Appropriation: 31X0200, FAIMIS:131326 RFPA: RES-13-163 11. BUSINESS CLASSIFICATION (Check appropriate box(ea)) 12. FO.B. POINT [] a. SMALL b 1. OTHER THAN SMALL D r. DISADVANTAGED d. WOMEN-OWNED ea. HUBZene NIA -- i. SERVICE-DISABLED g. WOMEN-OWNED SMALL BUSINESS (NOSBC h. EDWOSB VETERAN-OWNED ELIGIBLE UNDER THE WOSB PROGRAM 13. PLACE OF 14. GOVERNMENT BIL NO. 105. DELIVER TO F 0 B. POINT 16. DISCOUNT TERMS ON OR BEFORE (Date) a. INSPECTION b. ACCEPTANCE N/A 17. SCHEDULE (See reverse for Rejections) QUANTITY UNIT QUANTITY ITEM NO. SUPPLIES OR SERVICES ORDERED UNIT PRICE AMOUNT ACCEPTED (a)) (b() (d) ()( g This is a task order for RADTRAD 4.0 services Contract type for the task order: Labor-Hour contract for services against GSA schedule GS23F0060L Contracting Officer Representative: John Tomon Office: Research, Email: [email protected] Phone: 301-251-7904 Contractor Representative: Bill Arcieri Email: [email protected] (301) 255-2275 Period of Performance: June 5, 2013 - June 4, 2014 Coiling: $279,606 Obligated Amount: $75,000 15. SHIPPING POINT 19. GROSS SHIPPING WEIGHT 20..INVOICE NO. 21. MAIL INVOICE TO: 17(h) TOTAL a NAME (Cent. SEEBILLING Department of Interior / NBC pages) INSTRUCTIONS NRCPayment s [email protected] REVERSE b. STREET ADDRESS (or P.O. Box) PHONE: Attn: Fiscal Services Branch - D2770 FAX: 17(i). 7301 W. Mansfield Avenue GRAND TOTAL c CITY d. STATE e. ZIP CODE Denver CO 80235-2230 23. NAME (Typed) 22. UNITED STATES OF AMERICA 23. NAME (Typed) BY (Signrature) Dominique C. Malone Contracting officer , Ir ) il i 4 a"•..A' L.O.C'• TITLE: CONTRACTINGIORDERING OFFICER AUTHORIZED FOR LOCAL REPRO9DUCTION PREVIOUS EDITION NOT USABLE TEaPf TE-ADMO0 kr-i SUNSI REVIEW OOMPLETL OPTIONAL FORM 347 (REV, 212012) PRESCRIBED BY GSA/FAR 48 CFR 53.3(n Amvlt 7 l2

Upload: others

Post on 29-Jan-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099

ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGES

IMPORTANT: Mark all packages and papers with contractandor order nuembers. BPANO.1

1 DATE OF ORDER 2 CONTRACT NO. (1 any) 6. SHIP TO:

3. ORDER NO MODIFICATION NO. 4. REOUISITIONIREFERENCE NO. NAME OF CONSIGNEE

3REUST13 F3 U.S. Nuclear Regulatory Cormmrission

NRC-HQ-13-P-04-099 S-b. STREET ADDRESS

5. ISSUING OFFICE (Address correspondence to)

U.S. Nuclear Regulatory CommissionDiv. of ContractsAttn: Dominique C. Malone c CITY d STATE e. ZIP CODEMall Stop: TWB-01-B10M W. DC 20555Washington, DC 20555 Washington DC 20555

7. TO: f. SHIP VIA

a.NAME OF CONTRACTOR DUNS: 960756138

INFORMATION SYSTEMS LABORATORIES, INC. 8. TYPE OF ORDER

b. COMPANY NAME 1 a. PURCHASE .7 b. DELIVERY

REFERENCE YOUR _ Except for billing instructions on the reverse, this

Please fumish the following on the terms and delivery order is subject to instructionl

c. STREET ADDRESS conditions specified on both sides of this order contained on this side only of this form and is

11140 ROCKVILLE PIKE STE 650 and on the attached sheel, if any. including issued subjecl to the terms and conditniondelivery as indicoated. of the above-nurrteiid contract.

d. CITY e. STATE I. ZIP CODERockville MD 208523116

9. ACCOUNTING AND APPROPRIATION DATA 10. REQUISITIONING OFFICE

Obligated: S75,000, B&R:2013-60-11-6-174, JC:V6362BOC: 252A, Appropriation: 31X0200, FAIMIS:131326RFPA: RES-13-163

11. BUSINESS CLASSIFICATION (Check appropriate box(ea)) 12. FO.B. POINT

[] a. SMALL b 1. OTHER THAN SMALL D r. DISADVANTAGED d. WOMEN-OWNED ea. HUBZene NIA-- i. SERVICE-DISABLED g. WOMEN-OWNED SMALL BUSINESS (NOSBC h. EDWOSB

VETERAN-OWNED • ELIGIBLE UNDER THE WOSB PROGRAM

13. PLACE OF 14. GOVERNMENT BIL NO. 105. DELIVER TO F 0 B. POINT 16. DISCOUNT TERMSON OR BEFORE (Date)

a. INSPECTION b. ACCEPTANCE N/A

17. SCHEDULE (See reverse for Rejections)

QUANTITY UNIT QUANTITY

ITEM NO. SUPPLIES OR SERVICES ORDERED UNIT PRICE AMOUNT ACCEPTED(a)) (b() (d) ()( g

This is a task order for RADTRAD 4.0 servicesContract type for the task order: Labor-Hour contract forservices against GSA schedule GS23F0060L

Contracting Officer Representative: John TomonOffice: Research, Email: [email protected]: 301-251-7904

Contractor Representative: Bill ArcieriEmail: [email protected](301) 255-2275

Period of Performance: June 5, 2013 - June 4, 2014Coiling: $279,606Obligated Amount: $75,000

15. SHIPPING POINT 19. GROSS SHIPPING WEIGHT 20..INVOICE NO.

21. MAIL INVOICE TO: 17(h)TOTAL

a NAME (Cent.SEEBILLING Department of Interior / NBC pages)

INSTRUCTIONS NRCPayment s [email protected]

REVERSE b. STREET ADDRESS (or P.O. Box) PHONE:Attn: Fiscal Services Branch - D2770 FAX: 17(i).

7301 W. Mansfield Avenue GRANDTOTAL

c CITY d. STATE e. ZIP CODE

Denver CO 80235-223023. NAME (Typed)

22. UNITED STATES OF AMERICA 23. NAME (Typed)

BY (Signrature) Dominique C. MaloneContracting officer

, Ir ) il i 4 a"•..A' L.O.C'• TITLE: CONTRACTINGIORDERING OFFICER

AUTHORIZED FOR LOCAL REPRO9DUCTIONPREVIOUS EDITION NOT USABLE

TEaPf TE-ADMO0kr-i

SUNSI REVIEW OOMPLETL

OPTIONAL FORM 347 (REV, 212012)PRESCRIBED BY GSA/FAR 48 CFR 53.3(n

Amvlt7l2

Page 2: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Signatures:

tA DN ,n=WJ,lm ArcierIo.

Dae 2013.06 4 0945,DS. .04t43 6/4/13

DateContractor

Contractincq (Ticer&- q -Qi,3

Date

Page 3: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099

TASK ORDER TERMS AND CONDITIONS

B.1. METHOD OF ACQUISITION

This is a delivery order under a General Services Administration (GSA) Federal Supply Schedule (FSS) contract.

This acquisition is being competed utilizing the procedures set forth in FAR Part 8, subpart 8.405-2. The scope of thisprocurement is SIN 871-3 System Design Engineering & Integration. Information Technology Professional Services asdefined in GSA's MISSION ORIENTED BUSINESS INTEGRATED SERVICES (MOBIS) Schedule.

B.2. SUPPLIES OR SERVICES

The Contractor shall provide all resources, including management, supervision, labor, materials, tools, and equipment(except as may be expressly stated in task order Statements of Work that are made available by the Government)necessary to provide the required services for this delivery order.

B.3. CONTRACT TYPE

This delivery order will utilize the labor-hour contract type. Attachment 2 contains the labor categories and labor ratesover the life of the task order.

B.4. PLACE OF PERFORMANCE

The place of performance will be 11140 Rockville Pike, Suite 650, Rockville MD 20852.

B.5 PACKAGING AND MARKING (AUG 2011)

(a) The Contractor shall package material for shipment to the NRC in such a manner that will ensure acceptance bycommon carrier and safe delivery at destination. Containers and closures shall comply with the SurfaceTransportation Board, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the modeof transportation.

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

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

B.6 BRANDING (AUG 2012)

The Contractor is required to include the statement below in any publications, presentations, articles, products, ormaterials funded. under this contract/order, to the extent practical, in order to provide NRC with recognition for itsinvolvement in and contribution to the project. If the work performed is funded entirely with NRC funds, then thecontractor must acknowledge that information in its documentation/presentation.

Work Supported by the U.S. Nuclear Regulatory Commission (NRC), Office of Research, under Contract/ordernumber GS23F0060L NRC-HQ-1 3-P-04-0099.

Page 4: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099

B.7 PERIOD OF PERFORMANCE (AUG 2011)

Base Period June 5, 2013- June 4, 2014Option Period 1: June 5, 2014 - June 4, 2015Option Period 2: June 5, 2015 - June 4, 2016Option Period 3: June 5, 2016- June 4, 2017Option Period 4: June 5, 2017-June 4, 2018

B.8 ELECTRONIC PAYMENT (AUG 2011)

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

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

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

B.9 IT SECURITY REQUIREMENTS - DEVELOPMENT AND OPERATIONS AND MAINTENANCE

REQUIREMENTS (JULY 2011)

IT SECURITY REQUIREMENTS - DEVELOPMENT AND OPERATIONS AND MAINTENANCE REQUIREMENTS

O&M Security Requirements

All system modifications to classified systems must comply with NRC security policies and procedures for classifiedsystems, as well as federal laws, guidance, and standards to ensure Federal Information Security Management Act(FISMA) compliance.

The Contractor shall correct errors that are discovered by the NRC or the contractor in contractor developedsoftware and applicable documentation that are not commercial off-the-shelf which are discovered by the NRC or thecontractor. Inability of the parties to determine the cause of software errors shall be resolved in accordance with theDisputes clause, FAR 52.233-1, incorporated by reference in the contract.

The Contractor shall adhere to the guidance outlined in NIST, SP 800-53, FIPS 200 and NRC guidance for theidentification and documentation of minimum security controls.

The contractor shall provide the system requirements traceability matrix at the end of the initiation phase,development/acquisition phase, implementation/ assessment phase, operation & maintenance phase and disposalphase that provides the security requirements in a separate section so that they can be traced through thedevelopment life cycle. The contractor shall also provide the software and hardware designs and test plandocumentation, and source code upon request to the NRC for review.

Page 5: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099

All development and testing of the systems shall be protected at their assigned system sensitivity level and shall beperformed on a network separate and isolated from the NRC operational network.

All system computers must be properly configured and hardened according to NRC policies, guidance, andstandards and comply with all NRC security policies and procedures as commensurate with the system securitycategorization.

All contractor provided deliverables identified in the project plan will be subject to the review and approval of NRCManagement. The PM will establish review time based on the complexity of the system and incorporate into theproject schedule. The contractor will make the necessary modifications to project deliverables to resolve any identifiedissues. Project deliverables include but are not limited to: requirements, architectures, design documents, test plans,and test reports.

System development schedules shall include computer security office go/no-go decision points, including but notlimited to the following system milestones:

1. Requirements review2. Architecture review3. Detailed design review4. Code review5. System test6. System readiness review

Access Controls

The contractor shall not hardcode any passwords into the software unless the password only appears on the serverside (e.g. using server-side technology such as ASP, PHP, or JSP).

The contractor shall ensure that the software does not contain undocumented functions and undocumentedmethods for gaining access to the software or to the computer system on which it is installed. This includes, but is notlimited to, master access keys, back doors, or trapdoors.

Cryptography

Cryptographic modules provided as part of the system shall be validated under the Cryptographic ModuleValidation Program to conform to NIST FIPS 140-2 and must be operated in FIPS mode. The contractor shall providethe FIPS 140-2 cryptographic module certificate number and a brief description of the encryption module that includesthe encryption algorithm(s) used, the key length, and the vendor of the product.

Configuration Management And Control

The contractor must ensure that the system will be divided into configuration items (Cis). Cls are parts of asystem that can be individually managed and versioned. The system shall be managed at the Cl level.

The contractor must have a configuration management plan that includes all hardware and software that is part ofthe system and contains at minimum the following sections:

1. Introductiona. Purpose & Scopeb. Definitionsc. References

2. Configuration Management

Page 6: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099

a. Organizationb. Responsibilitiesc. Tools and Infrastructure

3. Configuration Management Activitiesa. Specification Identificationb. Change control form identificationc. Project baselines

4. Configuration and Change Controla. Change Request Processing and Approvalb. Change Control Board

5. Milestonesa. Define baselines, reviews, auditsb. Training and Resources

The Information System Security Officer's (ISSO's) role in the change management process must be described.The ISSO is responsible for the security posture of the system. Any changes to the system security posture must beapproved by the ISSO. The contractor should not have the ability to make changes to the system's security posturewithout the appropriate involvement and approval of the ISSO.

The contractor shall track and record information specific to proposed and approved changes that minimallyinclude:

1. Identified configuration change2. Testing of the configuration change3. Scheduled implementation the configuration change4. Track system impact of the configuration change5. Track the implementation of the configuration change6. Recording & reporting of configuration change to the appropriate party7. Back out/Fall back plan8. Weekly Change Reports and meeting minutes9. Emergency change procedures10. List of team members from key functional areas

The contractor shall provide a list of software and hardware changes in advance of placing them into operationwithin the following timeframes:

-30 calendar days for a classified, SGI, or high sensitivity system-20 calendar days for a moderate sensitivity system-10 calendar days for a low sensitivity system

The contractor must maintain all system documentation that is current to within:

-10 calendar days for a classified, SGI, or high sensitivity system-20 calendar days for a moderate sensitivity system-30 calendar days for a low sensitivity system

Modified code, tests performed and test results, issue resolution documentation, and updated systemdocumentation shall be deliverables on the contract.

Any proposed changes to the system must have written approval from the NRC Contracting Officer'sRepresentative (COR).

Page 7: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099

The contractor shall maintain a list of hardware, firmware and software changes that is current to within:

-15 calendar days for a classified, SGI or high sensitivity system-20 calendar days for a moderate sensitivity system-30 calendar days for a low sensitivity system

The contractor shall analyze proposed hardware and software configurations and modification as well asaddressed security vulnerabilities in advance of NRC accepted operational deployment dates within:

-15 calendar days for a classified, SGI, or high sensitivity system-20 calendar days for a moderate sensitivity system-30 calendar days for a low sensitivity system

The contractor shall provide the above analysis with the proposed hardware and software for NRC testing inadvance of NRC accepted operational deployment dates within:

-15 calendar days for a classified, SGI, or high sensitivity system-20 calendar days for a moderate sensitivity system-30 calendar days for a low sensitivity system

Control Of Hardware And Software

The contractor shall demonstrate that all hardware and software meet security requirements prior to being placedinto the NRC production environment.

The contractor shall ensure that the development environment is separated from the operational environment usingNRC CSO approved controls.

Auditing

The system shall be able to create, maintain and protect from modification or unauthorized access or destructionan audit trail of accesses to the objects it protects. The audit data shall be protected so that read access to it is limitedto those who are authorized.

The system shall be able to record the following types of events: use of identification and authenticationmechanisms, introduction of objects into a user's address space (e.g., file open, program initiation), deletion ofobjects, and actions taken by computer operators and system administrators or system security officers and othersecurity relevant events. The system shall be able to audit any override of security controls.

The Contractor shall ensure auditing is implemented on the following:

-Operating System-Application-Web Server-Web Services-Network Devices-Database-Wireless

The contractor shall perform audit log reviews daily using automated analysis tools. In addition, the contractormust log at least the following events on systems that process NRC information:

-Audit all failures

Page 8: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099

-Successful logon attempt-Failure of logon attempt-Permission Changes-Unsuccessful File Access-Creating users & objects-Deletion & modification of system files-Registry Key/Kernel changes-Startup & shutdown-Authentication-Authorization/permission granting-Actions by trusted users-Process invocation-Controlled access to data by individually authenticated user-Unsuccessful data access attempt-Data deletion-Data transfer-Application configuration change-Application of confidentiality or integrity labels to data-Override or modification of data labels or markings-Output to removable media-Output to a printer

B.10 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS (AUG 2011)

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

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.

B.11 SECURITY REQUIREMENTS RELATING TO THE PRODUCTION OF REPORT(S) OR THE

PUBLICATION OF RESULTS UNDER CONTRACTS, AGREEMENTS, AND GRANTS (AUG 2011)

Review and Approval of Reports

(a) Reporting Requirements. The contractor/grantee shall comply with the terms and conditions of thecontract/grant regarding the contents of the draft and final report, summaries, data, and related documents, to includecorrecting, deleting, editing, revising, modifying, formatting, and supplementing any of the information containedtherein, at no additional cost to the NRC. Performance under the contract/grant will not be deemed accepted orcompleted until it complies with the NRC's directions. The reports, summaries, data, and related documents will beconsidered draft until approved by the NRC. The contractor/ grantee agrees that the direction, determinations, anddecisions on approval or disapproval of reports, summaries, data, and related documents created under thiscontract/grant remain solely within the discretion of the NRC.

Page 9: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099

(b) Publication of Results. Prior to any dissemination, display, publication, or release of articles, reports,summaries, data, or related documents developed under the contract/grant, the contractor/grantee shall submit themto the NRC for review and approval. The contractor/ grantee shall not release, disseminate, display or publish articles,reports, summaries, data, and related documents, or the contents therein, that have not been reviewed and approvedby the NRC for release, display, dissemination or publication. The contractor/grantee agrees to conspicuously placeany disclaimers, markings or notices, directed by the NRC, on any articles, reports, summaries, data, and relateddocuments that the contractor/grantee intends to release, display, disseminate or publish to other persons, the public,or any other entities. The contractor/grantee agrees, and grants, a royalty-free, nonexclusive, irrevocable worldwidelicense to the government, to use, reproduce, modify, distribute, prepare derivative works, release, display or disclosethe articles, reports, summaries, data, and related documents developed under the contract/grant, for anygovernmental purpose and to have or authorize others to do so.

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

(d) Remedies. In addition to any civil, criminal, and contractual remedies available under the applicable laws andregulations, failure to comply with the above provisions, and/or NRC directions, may result in suspension, withholding,or offsetting of any payments invoiced or claimed by the contractor/grantee.

(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.

B.12 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOREMPLOYEES (AUG 2011)

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

(b) Under this Whistleblower Employee Protection law, as implemented by regulations, NRC contractor andsubcontractor employees are protected from discharge, reprisal, threats, intimidation, coercion, blacklisting or otheremployment discrimination practices with respect to compensation, terms, conditions or privileges of their employmentbecause the contractor or subcontractor employee(s) has provided notice to the employer, refused to engage inunlawful practices, assisted in proceedings or testified on activities concerning alleged violations of the Atomic EnergyAct of 1954 (as amended) and the Energy Reorganization Act of 1974 (as amended).

Page 10: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099

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

6.13 GREEN PURCHASING (JUN 2011)

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

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

B.14 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENTIREMITTANCEADDRESS (AUG 2011)

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

B.15 GOVERNMENT FURNISHED EQUIPMENT/PROPERTYIDATA (AUG 2011)

(a) The NRC will provide the contractor with the following document upon the award of the delivery order:

NRC document NUREG/CR-6604.

B.16 DENIAL OF FEDERAL BENEFITS TO INDIVIDUALS CONVICTED OF DRUG TRAFFICKING ORPOSSESSION (AUG 2011)

In the event that an award is made to an individual, Section 5301 of the Anti-Drug Abuse Act of 1988 (P.L.100-690), codified at 21 U.S.C. 862, authorizes denial of Federal benefits such as grants, contracts, purchase orders,financial aid, and business and professional licenses to individuals convicted of drug trafficking or possession.

B.17 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS (AUG 2011)

Annual and final evaluations of contractor performance under this contract will be prepared in at or near the timethe contractor is notified of the NRC's intent to exercise the contract option. If the multi-year contract does not haveoption years, then an annual evaluation will be prepared (state time for annual evaluation). Final evaluations ofcontractor performance 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 contractors Project Manager, unless otherwise instructed by the contractor.The contractor will be permitted thirty days to review the document and submit comments, rebutting statements, oradditional information.

Page 11: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099

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 between theparties regarding a performance evaluation will be referred to an individual one level above the Contracting Officer,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 been finalized.The completed evaluation report also will be used as a tool to improve communications between the NRC and thecontractor and to improve contract performance.

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

B.18 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS (AUG 2011)

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

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.

B.19 SECURITY REQUIREMENTS RELATING TO THE PRODUCTION OF REPORT(S) OR THE PUBLICATION

OF RESULTS UNDER CONTRACTS, AGREEMENTS, AND GRANTS (AUG 2011)

Review and Approval of Reports

(a) Reporting Requirements. The contractor/grantee shall comply with the terms and conditions of thecontract/grant regarding the contents of the draft and final report, summaries, data, and related documents, to includecorrecting, deleting, editing, revising, modifying, formatting, and supplementing any of the information containedtherein, at no additional cost to the NRC. Performance under the contract/grant will not be deemed accepted orcompleted until it complies with the NRC's directions. The reports, summaries, data, and related documents will beconsidered draft until approved by the NRC. The contractor/ grantee agree that the direction, determinations, anddecisions on approval or disapproval of reports, summaries, data, and related documents created under thiscontract/grant remain solely within the discretion of the NRC.

(b) Publication of Results. Prior to any dissemination, display, publication, or release of articles, reports,summaries, data, or related documents developed under the contract/grant, the contractor/grantee shall submit themto the NRC for review and approval. The contractor/ grantee shall not release, disseminate, display or publish articles,reports, summaries, data, and related documents, or the contents therein, that have not been reviewed and approvedby the NRC for release, display, dissemination or publication. The contractor/grantee agrees to conspicuously placeany disclaimers, markings or notices, directed by the NRC, on any articles, reports, summaries, data, and relateddocuments that the contractor/grantee intends to release, display, disseminate or publish to other persons, the public,

Page 12: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099

or any other entities. The contractor/grantee agrees, and grants, a royalty-free, nonexclusive, irrevocable worldwidelicense to the government, to use, reproduce, modify, distribute, prepare derivative works, release, display or disclosethe articles, reports, summaries, data, and related documents developed under the contract/grant, for anygovernmental purpose and to have or authorize others to do so.

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

(d) Remedies. In addition to any civil, criminal, and contractual remedies available under the applicable laws andregulations, failure to comply with the above provisions, and/or NRC directions, may result in suspension, withholding,or offsetting of any payments invoiced or claimed by the contractor/grantee.

(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.

B.20 Reserved

B.21 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENTIREMITTANCE ADDRESS(AUG 2011)

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

B.22 OPTION PERIODS - TASK ORDER/DELIVERY ORDER UNDER A GSA FEDERAL SUPPLY SCHEDULECONTRACT (AUG 2011)

The Period of Performance (POP) for this requirement may extend beyond the Offeror's current POP on their GSASchedule. Offerors may submit proposals for the entire POP as long as their current GSA Schedule covers therequested POP, or their GSA Schedule contains GSA's "Evergreen Clause" (Option to Extend the Term of theContract), which covers the requested POP if/when the option(s) are exercised. Offerors are encouraged to submitaccurate/realistic pricing for the requirement's entire POP, even if the proposed GSA Schedule does not includepricing for the applicable option years, etc.

For proposal evaluation purposes, the NRC assumes that applicable Evergreen Clause Option(s) will be exercisedand the NRC will apply price analysis, as applicable. It is in the best interest of the Offeror to explain major deviationsin escalation, proposed in any Evergreen Clause option years. Resulting GSA task/delivery order option years subjectto the Evergreen Clause will be initially priced utilizing the same rates proposed under the last GSA- priced year of thesubject GSA Schedule. Upon GSA's exercise of the GSA Schedule option year(s) applicable to the Evergreen

Page 13: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099

Clause, the NRC will modify the awarded task/delivery order to incorporate either the proposed pricing for the optionyears or the GSA-approved pricing (whichever is lower).

It is incumbent upon the Offeror to provide sufficient documentation (GSA- signed schedule, schedulemodifications, etc.) that shows both the effective dates, pricing and terms/conditions of the current GSA Schedule, aswell as Evergreen Clause terms/conditions (as applicable). Failure to provide this documentation may result in theOfferor's proposal being found unacceptable.

8.23 EXCLUSIONS FOR POTENTIAL CONFLICTS OF INTEREST (AUG 2011)

The class(es) of firms listed below have specifically been excluded from performance of this project for reasons ofpotential organizational conflicts of interest:

8.24 FAR CLAUSES INCORPORATED BY REFERENCE

52.227-14 Rights in Data-General (Dec 2007)

B.25 FAR CLAUSES IN FULL TEXT

52.217-8 Option to Extend Services (Nov 1999)

The Government may require continued performance of any services within the limits and at the rates specified in thecontract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretaryof Labor. The option provision may be exercised more than once, but the total extension of performance hereundershall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor up tothe date of expiration.

(End of clause)

52.217-9 Option to Extend the Term of the Contract.

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 1 day beforeexpiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend up tothe day before the contract expires. The preliminary 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 option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years

(End of clause)

B.25 ATTACHMENTS TO THE DELIVERY ORDER

Attachment 1 - Statement of WorkAttachment 2 - Cost/Price Schedule

Page 14: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

QS?-3%ofoo L-

Page 15: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

C- s 0-3 r- a 10 (a 0 1--Oec--Hq-tb-P-04-0"j

Page 16: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

.US.NRCV- hm N.k. C~p w, u

hvwnag /Wrk and dm LEm~mamm

ATTACHMENT 1: STATEMENT OF WORKTITLE: SUPPORT FOR RADTRAD 4.0

BACKGROUND

The RADionuclide Transport and Removal and Dose Estimation (RADTRAD) code canbe used to assess occupational radiation exposures, typically in the control room; toestimate site boundary doses; and to estimate dose attenuation due to modification of afacility or accident sequence. RADTRAD, originally developed using the FORTRAN 77language, had accumulated many problematic coding issues (bugs) over years ofupdates, patches and modifications. In an attempt to improve RADTRAD'smaintainability, remove platform and compiler dependencies, and add new features,RADTRAD was re-implemented in the JAVA language. The first JAVA-based version ofRADTRAD was given version number 4.0. In addition, the old RADTRAD MS VisualBasic based graphical user interface (GUI) was replaced with Symbolic Nuclear AnalysisPackage (SNAP) based GUI. SNAP uses a plug-in based architecture that 'wraps' all ofthe interfaces to an analytical code in a special file call a "SNAP plug-in". The newRADTRAD 4.0 as well as the new SNAP-RADTRAD 4.0 plug-in were validated in 2010-2011; a draft of the new combined user, Validation, and theory manual is available.Feedback from users of RADTRAD 4.0 and the new SNAP-RADTRAD 4.0 user interfacelead to various bug fixes as well as code and interface improvements. Theseimprovements are present in the current version of RADTRAD: RADTRAD 4.4.0.Currently, a version of RADTRAD 4.4.x (and its corresponding SNAP GUI) is beingevaluated by our staff; however, we need further support to finalize the code and codedocumentation.

OBJECTIVE

The objectives of this contract are: (1) to identify and resolve any issues in SNAP-RADTRAD 4.0 plug-in; (2) to Address time-step-size dependency in RADTRAD 4.0 (3)to develop new RADTRAD models that test the new features that were added toRADTRAD 4.0 and subsequently validate and verify the RADTRAD 4.0 results againstan engineering mathematical calculation tool (4) to develop a combined RADTRAD 4.0User manual, Theory manual, and V&V documentation as a ready to publishNUREG/CR; and (5) to provide general support on an as-necessary basis.

SCOPE OF WORK

Task 1: Identify and resolve any issues in SNAP-RADTRAD 4.0 plug-in

Task A: Evaluate and Resolve Issues in the SNAP-RADTRAD 4.0 User Interface

The contractor shall review the SNAP-RADTRAD 4.0 plug-in for accuracy and ease-of-use. The contractor shall work with the U.S. Nuclear Regulatory Commission (NRC) toaddress current issues and to identify and resolve expected new code bug issues as thecode is used. For this task, consultation from Applied Programming Technology, Inc(APT); the SNAP (Symbolic Nuclear Analysis Package) RADTRAD 4.0 contractor, willlikely be necessary. Support for APT is provided by the NRC independently of thisproposed work; therefore, subcontracting with APT is not required.

1

Page 17: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

... USNRC

ATTACHMENT 1: STATEMENT OF WORKTITLE: SUPPORT FOR RADTRAD 4.0

Task B: Add a Unit Conversion Capability Tool

Add a Unit Conversion Capability Tool (SI and British units). Frequently, dose analystswill encounter data in mixed SI and British units, for this task the Contractor shall identifycommon units used by dose analysts and implement unit conversion capabilities for theinput and output in SNAP-RADTRAD 4.0.

Estimated Completion Date: 2 months after award - Base Year

Estimated Level of Effort 360 staff hours

Task 2: Address time-step-size dependency in RADTRAD 4.0

The original version of RADTRAD was designed around a LaPlace transfer basedsolution methodology. However, the original solution methodology was replaced withthe "ASH solver" in RADTRAD version 2.0 (the new solver is documented in the draftRADTRAD manual). Since then, it has been observed that solution time-step-sizesensitivities exist and may be related to the problem formulation and solutionmethodology. The contractor shall analyze the problem formulation and code solutionmethodology and determine if a solution time-step-size dependency exists and if so, thecontractor shall resolve the issue.

Estimated Completion Date: 8 months after award - Base YearEstimated Level of Effort 800 staff hours

Task 3: Verify and Validate (V&V) features that have been added to RADTRADsince the previous set of V&V models were developed

The contractor shall generate a matrix of test cases. After seeking NRC staff advice onthe matrix of test cases, the contractor shall develop the verification and validation casesbased on the matrix. The matrix defines the number of cases and sufficient test casesneed to be developed to test all new and changed functionality of the RADTRAD 4 code.Contractor shall be familiar with NRC Design-Basis Accident (DBA) and Final SafetyAnalysis Report (FSAR) to generate realistic test cases that are related to licensee workand can be used to validate the results of the RADTRAD 4 code. After generating thematrix of test cases, the contractor shall perform a detailed "analytical" solution, as wasdone for the existing V&V cases in the draft RADTRAD NUREG/CR. In addition, thecontractor shall use the SNAP Auto-Validation-Framework (AVF) model format to run thenew test cases so that new versions of RADTRAD can re-run the V&V set easily and sothat users can re-run the V&V set to ensure that they have a correct installation ofRADTRAD. The contract shall place the new V&V cases into the draft RADTRADNUREG/CR along with the associated documentation.

Estimated Completion Date: 3 months after award - Base YearEstimated Level of Effort 480 staff hours

2

Page 18: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

, U.S.NRCATTACHMENT 1: STATEMENT OF WORKTITLE: SUPPORT FOR RADTRAD 4.0

Task 4: Development of the combined RADTRAD 4.0 User manual, Theory manual,and V&V documentation as a NUREG/CR

A standalone RADTRAD 4.0 NUREG/CR that includes Theory manual, User's Manual,and Verification and Validation documentation needs to be developed. A previouscontract developed RADTRAD manuals, but continuous code improvements have beengoing on and therefore the previous documentation needs to be updated. The User'sManual needs to be updated to reflect source term editing features, and job-streamupdates. Under this task the contractor shall develop a NUREG/CR in a format that isready to publish. The NRC project manager will provide guidance regarding the requiredNRC format guidelines. This work may require several iterations of NRC review andcomment.

Estimated Completion Date of Draft Documents: 10 months after award - Base YearEstimated Completion Date of Final after NRC Comments: 12 months after award -

Option Year 1Total Estimated Level of Effort (Draft and Final) 240 staff hours

Task 5: Provide general support on an as-necessary basis

As we use the RADTRAD software it is expected that we will encounter issues and bugs.The contractor shall provide technical support on as necessary basis to address thearising issues and or bugs. RADTRAD is a licensing tool; therefore contractor shallprovide a quick response to issues for timely completion of licensing actions. Contractorshall provide response in a week for small issues or in a month for bigger issues.

Estimated Date of Performance: Option Year 1 - 5Estimated Level of Effort 480 staff hours per year for a total of 1920 hours

RESEARCH QUALITY

The quality of NRC research programs are assessed each year by the AdvisoryCommittee on Reactor Safeguards. Within the context of their reviews of RESprograms, the definition of quality research is based upon several major characteristics:

Results meet the objectivesJustification of major assumptionsSoundness of technical approach and resultsUncertainties and sensitivities addressedDocumentation of research results and methods is adequateClarity of presentationIdentification of major assumptions

It is the responsibility of the contractor to ensure that these quality criteria are adequatelyaddressed throughout the course of the research that is performed. The NRC projectmanager and technical monitor shall review all research products with these criteria inmind.

3

Page 19: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

-U.S.NRCATTACHMENT 1: STATEMENT OF WORKTITLE: SUPPORT FOR RADTRAD 4.0

TECHNICAL AND OTHER SPECIAL QUALIFICATIONS REQUIRED

Contractor personnel should have an engineering background, preferably at least anundergraduate degree in chemical, nuclear or civil engineering. Proposed personnelmust have some demonstrated (reference-able) experience in technical writing as wellas experience with computer code documentation and scientific computer codevalidation methodologies.

REPORTING REQUIREMENTS, DELIVERABLES/SCHEDULES AND/ORMILESTONES

Deliverable Schedule

Contractor resolves any issues identified in SNAP- August 30, 2013RADTRAD 4.0 plug-inContractor adds a Unit Conversion Capability Tool to August 30, 2013RADTRAD 4.0

Contractor tests the new features that were added toRADTRAD 4.0 and V&V the RADTRAD 4.0 results September 30, 2013against a mathematical calculation tool

Contractor addresses time-step-size dependency in February 28, 2014RADTRAD 4.0Contractor delivers combined (draft) RADTRAD 4.0 Usermanual, Theory manual, and V&V documentation as a April 01, 2014ready to publish NUREG/CR

NRC staff reviews and provides comments on thecombined RADTRAD 4.0 User manual, Theory manual, June 01, 2014and V&V documentation as a NUREG/CR

Contractor provides final draft of combined RADTRAD 4.0User manual, Theory manual, and V&V documentation as June 30,2014a NUREG/CRContractor provides technical support on as necessary June 01, 2019basis

Monthly Letter Status Report

A Monthly Letter Status Report (MLSR) is to be submitted to the NRC Project Managerby the 2 0 th of the month following the month to be reported with copies provided to thefollowing:

Resource Name: RESDSAMLSR.Resourcecnrc..qovJohn.Tomon(,nrc..ovSteven. Schaffer(&nrc..ov

4

Page 20: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

" US.NRC5-0 1- P. I-ern. a

ATTACHMENT 1: STATEMENT OF WORKTITLE: SUPPORT FOR RADTRAD 4.0

The MLSR shall identify the title of the project, the job code, the Principal Investigator,the period of performance, the reporting period, summarize each month's technicalprogress, list monthly spending, total spending to date, and the remaining funds andshall contain information as directed in NRC Management Directive 11.1. Anyadministrative or technical difficulties which may affect the schedule or costs of theproject shall be immediately brought to the attention of the NRC project manager.

PUBLICATIONS NOTE

RES encourages the publication of the scientific results from RES sponsored programsin refereed scientific and engineering journals as appropriate. If the laboratory proposesto publish in the open literature or present the information at meeting in addition tosubmitting the required technical reports, approval of the proposed article orpresentation should be obtained from the NRC Project Manager. The RES ProjectManager shall either approve the material as submitted, approve it subject to NRCsuggested revisions, or disapprove it. In any event, the RES Project Manager maydisapprove or delay presentation or publication of papers on information that is subjectto Commission approval that has not been ruled upon or which has been disapproved.Additional information regarding the publication of NRC sponsored research is containedin NRC Management Directives 3.7, "NUREG Series Publications," and 3.9, "NRC Staffand Contractor Speeches, Papers, and Journal Articles on Regulatory and TechnicalSubjects."

If the presentation or paper is in addition to the required technical reports and the RESProject Manager determines that it shall benefit the RES project, the Project Managermay authorize payment of travel and publishing costs, if any, from the project funds. Ifthe Project Manager determines that the article or presentation would not benefit theRES project, the costs associated with the preparation, presentation, or publication shallbe borne by the contractor. For any publication or presentations falling into thiscategory, the NRC reserves the right to require that such presentation or publicationshall not identify the NRC's sponsorship of the work.

NEW STANDARDS FOR CONTRACTORS WHO PREPARE NUREG-SERIESMANUSCRIPTS

The NRC began to capture most of its official records electronically on January 1, 2000.The NRC shall capture each final NUREG-series publication in its native application.Therefore, please submit your final manuscript that has been approved by your NRCProject Manager in both electronic and camera-ready copy.

All format guidance, as specified in NUREG-0650, Revision 2, shall remain the samewith one exception. You shall no longer be required to include the NUREG-seriesdesignator on the bottom of each page of the manuscript. The NRC shall assign thisdesignator when we send the camera-ready copy to the printer and shall place thedesignator on the cover, title page, and spine. The designator for each report shall nolonger be assigned when the decision to prepare a publication is made. The NRC's

5

Page 21: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

#-'.U.S.NRCATTACHMENT 1: STATEMENT OF WORKTITLE: SUPPORT FOR RADTRAD 4.0

Publishing Services Branch shall inform the NRC Project Manager for the publication ofthe assigned designator when the final manuscript is sent to the printer.

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

File Types to be Used for NUREG-Series Publications

File Type File Extension

Microsoft®Word® .doc

Microsoft@ PowerPoint® .ppt

Microsoft®Excel xIs

Microsoft®Access .mdb

Portable Document Format .pdf

This list is subject to change if new software packages come into common use at NRCor by our licensees or other stakeholders that participate in the electronic submissionprocess. If a portion of your manuscript is from another source and you cannot obtainan acceptable electronic file type for this portion (e.g., an appendix from an oldpublication), the NRC can, if necessary, create a tagged image file format (fileextension.tif) for that portion of your report. Note that you should continue to submitoriginal photographs, which shall be scanned, since digitized photographs do not printwell.

If you choose to publish a compact disk (CD) of your publication, place on the CD copiesof the manuscript in both (1) a portable document format (PDF); (2) a Microsoft Word fileformat, and (3) an Adobe Acrobat Reader, or, alternatively, print instructions forobtaining a free copy of Adobe Acrobat Reader on the back cover insert of the jewel box.

REPORTING REQUIREMENTS, DELIVERABLES/SCHEDULES AND/ORMILESTONES

Deliverables should be itemized with schedule or milestone due dates included. Duedates or milestones for NRC-required actions should be included. For instance, thecontractor shall deliver a draft document for review as one milestone, with the due datefor NRC's review and comment on the draft document as a second milestone. As aminimum, monthly letter status reports (MLSRs) and a final report must be included inthe list of project deliverables.

ORGANIZATIONAL CONFLICT OF INTEREST DISCLOSURE

DC adds COI language for commercial contracts.

6

Page 22: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

U.S.NRCATTACHMENT 1: STATEMENT OF WORKTITLE: SUPPORT FOR RADTRAD 4.0

MEETINGS AND TRAVEL

At least one contractor representative will be required to participate in three types ofproject meetings in person. The following meetings will require attendance for thecontractor and the contractor should be available to support this meeting. The meetingswill be held in Rockville, MD.

* Kick off meeting* Status/Progress Meetings* Final Delivery Meeting

NRC-FURNISHED MATERIAL

Contractor needs NUREG/CR-6604, and it is publicly available but also can be provided.

APPROPRIATE USE OF GOVERNMENT FURNISHED INFORMATIONTECHNOLOGY

(IT) EQUIPMENT AND/ OR IT SERVICES/ ACCESS (APRIL 2003)

As part of contract performance the NRC may provide the contractor with informationtechnology (IT) equipment and IT services or IT access as identified in the statement ofwork or subsequently as identified in the project. Government furnished IT equipment,or IT services, or IT access may include but is not limited to computers, copiers,facsimile machines, printers, pagers, software, phones, Internet access and use, andemail access and use. The contractor (including the contractor's employees, consultantsand subcontractors) shall use the NRC furnished IT equipment, and/or IT providedservices, and/or IT access solely to perform the necessary efforts required under thecontract. The contractor (including the contractor's employees, consultants andsubcontractors) are prohibited from engaging or using the NRC IT equipment andgovernment provided IT services or IT access for any personal use, misuse, abuses orany other unauthorized usage.

The contractor is responsible for monitoring its employees, consultants andsubcontractors to ensure that NRC furnished IT equipment and/or IT services, and/or ITaccess are not being used for personal use, misused or abused. The NRC reserves theright to withdraw or suspend the use of its government furnished IT equipment, ITservices and/ or IT access arising from contractor personal usage, or misuse or abuse;and/or to disallow any payments associated with contractor (including the contractor'semployees, consultants and subcontractors) personal usage, misuses or abuses of ITequipment, IT services and/or IT access; and/or to terminate the project arising fromviolation of this provision.

TECHNICAL DIRECTION

Technical direction shall be provided by the Project Manager, John J. Tomon, who canbe reached at:

7

Page 23: Delivery Order No. NRC-HQ-13-P-04-0099. · Delivery Order GS23FOO60L NRC-HQ-13-P-04-0099 TASK ORDER TERMS AND CONDITIONS B.1. METHOD OF ACQUISITION This is a delivery order under

U.S.NRCATTACHMENT 1: STATEMENT OF WORKTITLE: SUPPORT FOR RADTRAD 4.0

Mail Stop: CSB 3A 07mU. S. Nuclear Regulatory CommissionWashington, D. C. 20555-0001

Phone: (301) 251-7904Fax: (301) 251-7436Email: ([email protected])

Express mail should be sent to:U. S. Nuclear Regulatory CommissionMail Stop: CSB 3A 07m11545 Rockville PikeRockville, MD 20852-2738

8