ML19085A488
| ML19085A488 | |
| Person / Time | |
|---|---|
| Issue date: | 03/26/2019 |
| From: | Mary Thompson Acquisition Management Division |
| To: | Edelstein P Numark Associates |
| References | |
| NRC-HQ-25-14-E-0004 | |
| Download: ML19085A488 (13) | |
Text
___________
(x)
NRC-HQ-25-16-T-0001 x NRC-HQ-25-14-E-0004 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
N/A 788247377 NUMARK ASSOCIATES INC NRCHQ WASHINGTON DC 20555-0001 MAIL STOP TWFN-07B20M ACQUISITION MANAGEMENT DIVISION US NRC - HQ ZEROREQ-AMD-19-0263.
See Block 16C M0009 13 1
- 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
- 12. ACCOUNTING AND APPROPRIATION DATA (If required) is not extended.
is extended, Items 8 and 15, and returning Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers
- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS FACILITY CODE CODE 10B. DATED (SEE ITEM 13) 10A. MODIFICATION OF CONTRACT/ORDER NO.
9B. DATED (SEE ITEM 11) 9A. AMENDMENT OF SOLICITATION NO.
CODE
- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)
- 7. ADMINISTERED BY (If other than Item 6)
CODE
- 6. ISSUED BY PAGE OF PAGES
- 4. REQUISITION/PURCHASE REQ. NO.
- 3. EFFECTIVE DATE
- 2. AMENDMENT/MODIFICATION NO.
- 5. PROJECT NO. (If applicable)
- 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 08/29/2016 ATTN PAUL EDELSTEIN 1220 19TH ST NW STE 500 WASHINGTON DC 200362444 CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER (Specify type of modification and authority) appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
E. IMPORTANT:
Contractor is not, is required to sign this document and return __________________ copies to the issuing office.
ORDER NO. IN ITEM 10A.
FAR 52.243-2 Changes - Cost reimbursement.
x
- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
X 1
The purpose of this modification is to: 1) modify the Statement of Work to add in-scope sub-tasks 3b, 4a, and to modify the delivery schedule; 2) add an Option CLIN for the continuation of all tasks under the CLIN 00001 and to 3)increase the ceiling of this task order from $512,707.13 by $133,540.49 to $646,247.62.
(see attachment pages for details of the modification)
Period of Performance: September 6, 2016 to January 1, 2020 (unchanged)
Task Order Ceiling: $646,247.62 (changed)
Continued...
16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15A. NAME AND TITLE OF SIGNER (Type or print) 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 15B. CONTRACTOR/OFFEROR 16C. DATE SIGNED (Signature of person authorized to sign)
(Signature of Contracting Officer)
MARK THOMPSON STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA FAR (48 CFR) 53.243 NSN 7540-01-152-8070 Previous edition unusable Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect.
03/26/2019
ITEM NO.
SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NAME OF OFFEROR OR CONTRACTOR 2
13 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF NUMARK ASSOCIATES INC (A)
(B)
(C)
(D)
(E)
(F)
NRC-HQ-25-14-E-0004/NRC-HQ-25-16-T-0001/M0009 Task Order Obligations: $512,707.13 (unchanged)
All other terms and conditions of this task order remain unchanged.
Period of Performance: 09/06/2016 to 01/01/2020 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)
Sponsored by GSA FAR (48 CFR) 53.110
1 Accordingly, the following changes are made:
- 1. Clause B.1 PRICE/COST SCHEDULE is replaced in its entirety with the following:
B.1 PRICE/COST SCHEDULE CLIN DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED COST FIXED FEE TOTAL COST PLUS FIXED FEE 00001 Contractor to provide Technical Assistance in accordance with section C:
DESCRIPTION/SPECIFICATIONS/
STATEMENT OF WORK
$602,071.50 00002 Fee CLIN 10001 Option CLIN (for continuation of work from CLIN 00001)
$44,176.12 Total (Basic Plus Option):
$646,247.62 NRCB044 CONSIDERATION AND OBLIGATIONINDEFINITE-QUANTITY CONTRACT (a) The estimated total quantity of this contract for the products/services under this contract is
$602,071.50 of which the sum of represents the estimated reimbursable costs, and of which represents fixed fee.
(b) The Contracting Officer will obligate funds on each task order issued.
(c) The amount currently obligated by the Government with respect to this contract is $512,707.13, of which the sum of represents the estimated reimbursable costs, and of which represents the fixed-fee.
(d) This is an incrementally-funded contract and FAR 52.232 Limitation of Funds applies.
(e) A total estimated cost and fee, if any, will be negotiated for each task order and will be incorporated as a ceiling in the resultant task order. The Contractor shall comply with the provisions of FAR 52.232 Limitation of Cost for fully-funded task orders and FAR 52.232 Limitation of Funds for incrementally-funded task orders, issued hereunder.
2 FEE HOLDBACK TABLE CLIN TOTAL FEE 85% LIMIT 15% (HOLD BACK) 00002 (End of Clause)
TASK ORDER STATEMENT OF WORK (Mod 09 Rev. 2)
- 1. PROJECT TITLE Technical Assistance for NuScale Small Modular Reactor Design Certification Review Focusing on Leak Before Break (SRP 3.6.3)
- 2. BACKGROUND Standard design certifications documents (DCD) and combined licenses (COL) applications are submitted pursuant to Title 10 of the Code of Federal Regulations (10 CFR), Part 52, Early Site Permits; Standard Design Certifications; and Combined Licenses for Nuclear Power Plants. The U. S. Nuclear Regulatory Commission (NRC) reviews these applications based on information furnished by DC Applicants pursuant to 10 CFR 52.79, Contents of Applications Technical Information.
NuScale Power LLC, is submitting a first-of-a-kind Small Modular Reactor (SMR) DCD for NRC staff review. The SMR design plans to utilize Leak Before Break (LBB) methodology (defined in Standard Review Plan (SRP) 3.6.3) on some of their piping systems. LBB is a unique application for piping systems and highly specialized skills and experience are required to perform this analysis.
- 3. PROJECT DESRIPTION AND OBJECTIVE(S)
The objective of this task order is to obtain technical expertise once NuScale has submitted its DCD to the NRC. The contractor shall provide technical assistance to the Contracting Officers Representative (COR) in evaluating the DCD, using SRP 3.6.3.
The objective of this modification is to increase the level of effort to review NuScale steam generator tube plugging limit determination as specified in SRP 5.4.2.2 (Steam Generator Program) and Regulatory Guide (RG) 1.121 (Bases for Plugging Degraded PWR Steam Generator Tubes).
The objective of this modification is to increase the level of effort to review the NuScale LBB supplemental data for piping loads and pipe routing for the development of new BACs. The
3 contractor will provide confirmatory analysis to determine the justification of the applicants methodology in developing the BACs.
The primary deliverable shall be a Final Technical Evaluation Report (TER). The Final TER will serve as input to the NRC staffs Safety Evaluation Report (SER), which will document the NRCs technical, safety, and legal basis for approving the DCD. The Final TER must provide sufficient information to adequately explain the NRC staffs rationale for why there is reasonable assurance that public health and safety is protected.
This task order requirement falls under SOW Paragraph 3.2 - Licensing Support, of the Unrestricted Technical Assistance EWC IDIQ.
- 4. STATEMENT OF WORK TASKS AND TECHNICAL INSTRUCTIONS Technical Directions The COR may issue Technical Directions (TDs) from time to time throughout the duration of the task order. These TDs must be within scope of the task order SOW and shall not constitute new assignments of work or changes of such a nature as to constitute a change to the task order cost or period of performance. Any modifications to the scope of work, cost or period of performance of this task order must be issued by the Contractor Officer (CO) and will be coordinated with the COR. The COR may issue TDs for the purpose of making adjustments or clarifications to the timing and performance of the tasks and/or the delivery schedule of the documents within this task order.
In the event that the contractor believes that any of these TDs do have an impact in terms of changing the scope, cost or period of performance of the task order, the contractor shall immediately inform the task order CO and request appropriate guidance prior to taking action on the TD in question.
CLIN Structure:
The Basic CLIN (CLIN 00001) Contains all tasks listed below under this task order.
The Option CLIN (CLIN 10001), if exercised, is for the completion of the tasks listed under the Basic CLIN of this task order.
Task 1: Attend NRC Kick-off Meeting and Review Background Material The contractor shall participate in an orientation/kick-off meeting with the COR to discuss the Statement of Work, deliverables, schedule and contract management. Following the meeting, the contractor shall provide a summary of the kick-off meeting to the COR.
Task 2: Participate in NRC Pre-Application Meeting The contractor shall participate in a pre-application meeting to provide additional information and comments for the acceptance review of NuScales DCD..Following the meeting, the contractor shall draft a summary of the pre-application meeting (i.e., a Pre-Application Readiness Assessment Meeting Summary) and provide it to the COR.
Task 3: Review Design Certification Document Application and Prepare a TER The contractor shall review the DCD and SRP 3.6.3 to determine the following:
4 3.1 - Adequacy of the proposed design 3.2 - Whether the methods and approaches meet the standards set out in the review guidance 3.3 - The extent to which the contractor identifies issues with these proposed methods and approaches 3.4 - Whether or not there is a need for additional or clarifying information from the Applicant (i.e., requests for additional information (RAIs))
3.5 - After reviewing the DCD, the contractor shall develop RAIs for the applicant to review (if applicable). The contractor shall submit the RAIs to the COR At the completion of Task 3, the contractor shall prepare and submit a TER. The TER shall include:
A description of the information proposed by the applicant Assumptions for the analysis, design, and references to consensus standards Review findings (including the basis for the findings)
A result of comparison with the review guidelines A list of RAIs Task 3a The contractor shall review the DCD and SRP 5.4.2.2 and RG 1.121 to determine the following Determine if the applicants approach and methods conform to the regulatory guidance.
Identify issues the contractor has with the proposed approach and methods.
Identify issues or additional technical information that is needed from the applicant.
If applicable, develop requests for additional information for the applicant to review.
Write and submit a TER that includes:
A description on the information submitted in the application.
Description of reviewed procedures.
Review findings, including the basis for the findings in terms of review guidance.
List of RAIs, if applicable.
Task 3b The contractor shall review the following:
A description of the revised information proposed by the applicant Assumptions for the analysis, design, and references to consensus standards Review findings (including the basis for the findings)
A result of comparison of the revised information provided by the applicant with the review guidelines A list of additional RAIs based on the revised data and analysis provided by the applicant.
Task 4: Analyze Various Locations of Leak Before Break and Submit a TER Revision 1 The contractor shall review the Leak Rate Determination Method (located in the DCD) for the applicable lines that Leak Before Break will be applied to in the DCD and provide a confirmatory analysis of the lines at the following locations:
5
- 1.
- 2.
Feedwater Line At the completion of Task 4, the contractor submit a revised TER (TER Revision 1). The contractor shall: incorporate findings from the resolution of the RAIs, include a separate list of the remaining open items, and describe the basis for leaving these items open.
Task 4a - Analyze Various Locations of Leak Before Break The contractor shall review the Leak Rate Determination Method (located in the DCD) for the applicable lines that Leak Before Break will be applied to in the DCD and provide a confirmatory analysis of the supplemental data provided by the applicant for the new piping loads, based on new seismic loads and pipe routing at the following locations:
- 1.
- 2.
Feedwater Line At the completion of Task 4a, the contractor submit a revised TER (TER Revision 1). The contractor shall: incorporate findings from the supplemental data provided by the applicant and the resolution of the new RAIs developed based on the new supplemental data, include a separate list of the remaining open items, and describe the basis for leaving these items open.
Task 5: Compare Confirmatory Analysis and Submit a TER Revision 2 The contractor shall perform confirmatory analysis of the Applicants software against the NRCs PICEP software. At minimum, the contractor shall look for rectangular and elliptical crack openings, reference stress/strain values that are applicable to ASME SA-106 material, surface roughness and number of turns. The contractor shall include those aspects of the Applicants analysis and assumptions that require clarifying information through additional RAIs and telecons.
At the completion of Task 5, the contractor shall document results of the confirmatory analysis in the completed TER (Revision 2) on LBB. TER (Revision 2) shall contain a summary of documents reviewed, a summary of meeting discussions conducted with the NRC, the Applicants list of outstanding issues, significance of these issues, and the basis for the conclusion of findings. TER (Revision 2) shall incorporate findings from the TER developed under Task 3.
Task 5a The contractor shall perform confirmatory analysis of the applicants plugging limit.
- Determine design-specific loadings for normal operating and accident conditions.
- Determine steam generator tube minimum wall thickness for normal operating and accident conditions.
(1) Address burst and collapse (2) Consider all potential degradation forms, including cracking, corrosion, and wear.
(3) Consider effects of manufacturing tolerances and conditions (e.g., ovality)
6 The contractor shall compare the steam generator tube plugging limit determined in the confirmatory analysis to that determined by the applicant. The contractor shall identify any aspects of the applicants assumptions and analysis that require clarifications or RAIs.
Task 6: Review Applicants Responses to RAIs and Submit a TER Revision 3 The contractor shall review the responses to the Applicants RAIs to determine whether or not they adequately resolve the outstanding issues, identify any other open items, and incorporate the review findings of the TER from Task 3.
At the completion of Task 6, the contractor shall submit a TER (Revision 3) that contains a review of open items resulting from the work performed in Task 4 & 5, and an update of the TER Revision 2 developed in Task 5.
Task 7: Participate in the NRC Review Team Meeting, Conduct an Audit, and Submit a Trip Report The contractor shall prepare for and travel to the Applicants office for the purpose of participating in an NRC review team meeting. At this meeting, the contractor shall audit the information/calculations as described in the DCD application and evaluate and discuss the Applicants responses to the unresolved issues identified in Task 4. The contractor shall determine if the outstanding issues are adequately resolved.
The contractor shall prepare and submit to the COR a Trip Report which shall be used as input to the NRC Audit Report. The Trip Report shall include a summary of the information the contractor reviewed, results of the audit, and a summary of meeting discussions.
Task 8: Review Open Items and Submit a TER Revision 4 The contractor shall review the Applicants response to the open items identified in the NRCs Audit Report in Task 7, as well as identify any additional unresolved issues, and prepare and submit a TER Revision 4 with open items, if any.
Task 9: Attend NRC ACRS Meetings and Hearings As requested by the COR, the contractor shall provide technical support, which includes, but is not limited to, answering questions and describing the work efforts under this task order during related ACRS meetings and hearing proceedings related to the NuScale Small Modular Reactor Design Certification Review Focusing on Leak Before Break.
Task 10: Prepare and Submit a Final TER Report The contractor shall prepare and submit a Final TER report. The Final TER shall summarize the work performed by the contractor and the results and conclusions that arise from this work.
- 5. APPLICABLE DOCUMENTS AND STANDARDS The contractor shall comply with the following applicable regulations, publications, manuals, and local policies and procedures:
7 NUREG-0800 - Standard Review Plan Part 52 of Title 10 of the Code of Federal Regulations (10 CFR 52), Early Site Permits, Standard Design Certifications, and Combined Licenses for Nuclear Power Plants.
- 6. DELIVERABLES AND DELIVERY SCHEDULE/REPORTING REQUIREMENTS The contractor shall provide the deliverables stated in the table below, both in hard copy and electronic format unless directed otherwise in writing by the COR. The contractor shall use a Microsoft-based product, (e.g., Outlook, Word, Excel, PowerPoint) unless the COR and the contractor specifically agree on another format. All deliverables shall be in the format of draft version with redline/strikeout and a final version. The contractor shall maintain appropriate revision control in an electronic format.
Section #
Deliverable Due Date Format Submit to Task 1 Kickoff Meeting Summary 1 week after kickoff meeting.
Microsoft Word Document COR Task 2 Pre-Application Readiness Assessment Meeting Summary 2 weeks after task order award.
Microsoft Word Document COR Task 3 TER Twelve weeks after completion of Task
- 2.
Microsoft Word Document COR Task 3a TER TBD TBD COR Task 3b Potential RAIs TBD Microsoft Word Document COR Task 4 TER Revision 1 Twelve weeks after the COR provides the necessary data Microsoft Word Document COR Task 4a TER Revision 1 Twelve weeks after the COR provides the necessary data Microsoft Word Document COR
8 obtained from NuScale.
Task 5 TER Revision 2 Twelve weeks after the COR provides the necessary data obtained from NuScale Microsoft Word Document COR Task 5a TER Revision 2 TBD Microsoft Word Document COR Task 6 TER Revision 3 Three weeks after the COR provides the necessary data obtained from NuScale Microsoft Word Document COR Task 7 Trip Report Five weeks after the completion of Task 7 Microsoft Word Document COR Task 8 TER Revision 4 Twelve weeks after the COR provides the necessary data obtained from NuScale Microsoft Word Document COR Task 10 Final TER Report 30 calendar days prior to task order expiration Microsoft Word Document COR Tasks 1-10 Monthly Letter Status Report Due date stipulated in the IDIQ contract Microsoft Word Document CO/COR For each deliverable (e.g., preliminary, draft, or final) that accomplishes a specific portion of a subtask activity, the contractor shall provide an electronic copy to the COR. The contractor shall explicitly state in its submittal that the product provided is the deliverable for Task/Subtask XX, as further described below.
The contractor shall develop, maintain, and control data, files, information, and deliverables relating to this task order.
Monthly Letter Status Report (MLSR): The contractor shall provide a Monthly Letter Status Report which consists of a technical progress report and financial status report. This report will be used by the Government to assess the adequacy of the resources proposed by the contractor to accomplish the work contained in this SOW and provide status of contractor progress in achieving tasks and producing deliverables. The report shall include contract/order summary information, work completed during the specified period, milestone schedule information, problem resolution, travel plans, and staff hour summary.
Deliverable Acceptance: The contractor shall submit the above deliverables to the task order COR. Unless otherwise directed by the COR or the CO, the contractor must provide all deliverables except the Monthly Letter Status Reports (MLSR) as draft products.
9 The COR will review all draft deliverables and provide comments back to the contractor. The contractor shall revise the draft deliverable based on the comments provided by the COR, and then resubmit the final version of the deliverable to the COR. More than one round of drafts may be needed if the contractor does not successfully incorporate the CORs comments on the previous draft. When mutually agreed upon between the contractor and the COR, the contractor may submit preliminary or partial drafts to the COR, for the purpose of helping the COR to gauge the contractors understanding of the particular work requirement.
Deliverable Format: The contractor shall provide the following deliverables in hard copy and electronic formats. The electronic format shall be provided in MS Word.
Correspondence: In all correspondence, the contractor shall include identifying information:
JCN No.: Technical Assignment Control No. (TAC), IDIQ and Task Order Number, the name of the licensee/and or Applicant.
- 7. REQUIRED LABOR CATEGORIES/ ESTIMATED LEVEL OF EFFORT Labor Category BASIC Task Order (Basic CLIN)
Estimated LOE Project Manager (PM) 164
+35
+50 Subject Matter Expert (SME) 1020
+350
+350 TOTAL ESTIMATED LOE (Basic Task Order/Basic CLIN):
1,184 1,569 1,969 Option CLIN Estimated LOE Project Manager (PM)
+20 Subject Matter Expert (SME)
+180 TOTAL ESTIMATED LOE (Option CLIN):
+200 TOTAL ESTIMATED LOE (Basic + Option CLINs):
2169
- 8. GOVERNMENT-FURNISHED PROPERTY The following NRC furnished materials will be provided to the contractor upon task order award:
10
- 1.
CD-ROM containing NUREG-0800, Standard Review Plan for the Review of Safety Analysis Reports for Nuclear Power Plants, containing sections and relevant Appendices necessary for the contractors review
- 2.
- 9. PERIOD OF PERFORMANCE 9/1/2016-1/1/2020
- 10. PLACE OF PERFORMANCE The work to be performed under this contract/order will be primarily performed at the location of the contractor facility.
- 11. SPECIAL CONSIDERATIONS The contractor shall not release for publication or dissemination any documents generated under this task order prior written approval from the COR.
TRAVEL/MEETINGS One, one-person, three-day working meeting to kickoff project, contractor orientation, and participate in pre-application readiness review.
One, one-person, five-day trip to the Applicants facility (if required by the COR).
One, one-person, one-day working meeting at NRC headquarters to discuss results of review.
One, one-person three-day meeting, if required by the COR, for hearing or ACRS subcommittee meetings.
One, one-person three-day meeting, if required by the COR, for hearing or ACRS full committee meetings.
The contractor will be authorized travel expenses consistent with the substantive provisions of the Federal Travel Regulation (FTR) and the limitation of funds specified in this contract/order. All travel requires written Government approval from the CO, unless otherwise delegated to the COR.
Travel will be reimbursed in accordance with FAR 31.205-46, Travel costs and the General Services Administrations Federal Travel Regulations at:
http://www.gsa.gov/portal/content/104790.
All travel requires prior written approval from the COR.
SECURITY Work on this task order may involve the handling of documents that contain proprietary information. The contractor shall safeguard documents containing proprietary information
11 against unauthorized disclosure. After completion of work, the contractor must either destroy the documents or return them to the NRC. If the contractor elects to destroy the documents, the contractor shall confirm this in an e mail to the COR with a copy to the CO which includes the date and manner in which the documents were destroyed.
KEY PERSONNEL See Section H, Clause 2052.215-70 Key Personnel (Jan 1993)
LICENSE FEE RECOVERY Work under this task order is not license fee recoverable.
DATA RIGHTS The NRC shall have unlimited rights to and ownership of all deliverables provided under this contract/order, including reports, recommendations, briefings, work plans and all other deliverables. All documents and materials, to include the source codes of any software, produced under this contract/order are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written authorization from the CO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. The definition of unlimited rights is contained in Federal Acquisition Regulation (FAR) 27.401, Definitions. FAR clause at FAR 52.227-14, Rights in Data-General, is hereby incorporated by reference and made a part of this contract/order.
- 3. SECTION F - Deliveries or Performance NRCF030A PERIOD OF PERFORMANCE ALTERNATE I, is hereby changed as follows:
The total period of performance for this project, and for CLINS 00001 and 00002 is September 6, 2016 through January 1, 2020.
The period of performance for Option CLIN 10001 begins September 1, 2019 and ends January 1, 2020.
(See FAR 52.216 Ordering)
Note: The NRC and contractor may opt to exercise Option CLIN 10001 earlier than the time stated above, via an executed bilateral option exercise modification.
(End of Clause)
All other terms and conditions of this task order remain unchanged.