ML20195J308: Difference between revisions

From kanterella
Jump to navigation Jump to search
(StriderTol Bot change)
(StriderTol Bot change)
 
(One intermediate revision by the same user not shown)
Line 15: Line 15:
| document type = CORRESPONDENCE-LETTERS, NRC TO ENGINEERING/CONSTRUCTION/CONSULTING FIRM, OUTGOING CORRESPONDENCE
| document type = CORRESPONDENCE-LETTERS, NRC TO ENGINEERING/CONSTRUCTION/CONSULTING FIRM, OUTGOING CORRESPONDENCE
| page count = 8
| page count = 8
| project =
| stage = Other
}}
}}


=Text=
=Text=
{{#Wiki_filter:. .  -
{{#Wiki_filter:.
l
l
[f@cieg
[f@cieg Io.
          +      Io.
UNITED $TATES
                      }
+
UNITED $TATES NUCLEAR REGULATORY COMMISSION
}
        .          ,                          WASHING TON, D. c. 205a6                       :
NUCLEAR REGULATORY COMMISSION WASHING TON, D. c. 205a6 g
g November 15, 1988
November 15, 1988 l
          %,*...*                                                                            l Science Applications International Corporation                                 I ATTN: Mr. Thomas J. Rodehau, MSG-6-1                                         !
Science Applications International Corporation I
Post Office Box 1303                                                         i 1710 Goodridge Drive                                                         !
ATTN: Mr. Thomas J. Rodehau, MSG-6-1 Post Office Box 1303 i
McLean, VA 22102                                                               l t
1710 Goodridge Drive McLean, VA 22102 l
t


==Dear Mr. Rodehau:==
==Dear Mr. Rodehau:==
==Subject:==
==Subject:==
Letter Contract No. NRC-26-89-291 Entitled, "Engineering Design   i Study for the New Operations Center"                             !
Letter Contract No. NRC-26-89-291 Entitled, "Engineering Design i
i Pending Definittration of formal Contract No. NRC-26-89-291 and contingent   !
Study for the New Operations Center" i
upon your acceptance of the terms and conditions of this Letter Contract, Science Applications International Corporation (SAIC) is authorized and directed to provide the services necessary for the performance of the         ;
Pending Definittration of formal Contract No. NRC-26-89-291 and contingent upon your acceptance of the terms and conditions of this Letter Contract, Science Applications International Corporation (SAIC) is authorized and directed to provide the services necessary for the performance of the subject project, in ace.ordance with the requirements of the attached j
subject project, in ace.ordance with the requirements of the attached         j Statement of Work.                                                           ;
Statement of Work.
The following special provisions are also made a part of this Letter         i Contract:                                                                   i 52 216-23 EXECUTION AND COMMENCEMENT OF WORK (APR 1984)                     l The Contractor shall indicate acceptance of this Letter Contract by signing three copies of the Letter Contract and returning two copies to the (
The following special provisions are also made a part of this Letter i
NRC Contracting Officer not later than November 21, 1986. Upon acceptance   ;
Contract:
by both parties, the Contraci.or shall proceed with performance of work. j i
i 52 216-23 EXECUTION AND COMMENCEMENT OF WORK (APR 1984) l The Contractor shall indicate acceptance of this Letter Contract by signing three copies of the Letter Contract and returning two copies to the
52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984)                     j (a) In performing this Letter Contract, the Contr.ctor is not           f authorized to make expenditures or incur obligations exceeding 34,500.00     ,
(
dollars.                                                                     [
NRC Contracting Officer not later than November 21, 1986.
i (b) The maximum amount for which the Government shall be liable if this i contract is terminated is 34,500.00 dollars.                                 ;
Upon acceptance by both parties, the Contraci.or shall proceed with performance of work.
52.216-25 CONTRACT DEFINITIZATION ( APR 1984)                               l t
j i
(a) A cost plus-fixed-fee contract is contemplated. The Contractor agrees to begin promptly negotiating with the NRC Contracting Officer the terms of a definitive contract that will include (1) all clauses required by :
52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984) j (a) In performing this Letter Contract, the Contr.ctor is not f
the Federal Acquisition Regulation (FAR) on the date of execution of the Letter Contract, (2) all clauses required by law on the date of execution of the definitive contract, and (3) any other mutually agreeable clauses, terms, and conditions. The Contractor agrees to submit a                 .
authorized to make expenditures or incur obligations exceeding 34,500.00 dollars.
cost-plus-fixed-fee proposal and cost or pricing data supporting its         !
[
proposal, h O & OS 802115 NRC-26-shp93       p,,g
i (b) The maximum amount for which the Government shall be liable if this i
contract is terminated is 34,500.00 dollars.
52.216-25 CONTRACT DEFINITIZATION ( APR 1984) l t
(a) A cost plus-fixed-fee contract is contemplated.
The Contractor agrees to begin promptly negotiating with the NRC Contracting Officer the terms of a definitive contract that will include (1) all clauses required by the Federal Acquisition Regulation (FAR) on the date of execution of the Letter Contract, (2) all clauses required by law on the date of execution of the definitive contract, and (3) any other mutually agreeable clauses, terms, and conditions.
The Contractor agrees to submit a cost-plus-fixed-fee proposal and cost or pricing data supporting its
: proposal, h O & OS 802115 NRC-26-shp93 p,,g


2-(b) The schedule for definitizing this Letter Contract is:
2-(b) The schedule for definitizing this Letter Contract is:
(1) Date for submission of proposal:                   November 28, 1988 (2) Date for commencement of negotiations:                                                                         December 5, 1988 (3) Target date for Definitization of the contract: December 12, 1988 (c) If agreement on a definitive contract to supersede this Letter Contract is not reached by the target date in paragraph (b) above, or within any extension of it granted by the NRC Contracting Officer, the NRC Contracting Officer may, with the apprcval of the head of the contracting activity, detsrmine a .easonable price or fee in accordance with Subpart 15.8 and Part 31 of the FAR, subject to Contractor appeal as provided in the Disputes clause. In any event, the Contractor shall proceed with completion of the contract, subject only to the Limitation of Government liability clause.
(1) Date for submission of proposal:
(1)           After the NRC Contracting Officer's determination of price or fee, the contract shall be governed by--
November 28, 1988 (2) Date for commencement of negotiations:
December 5, 1988 (3) Target date for Definitization of the contract: December 12, 1988 (c)
If agreement on a definitive contract to supersede this Letter Contract is not reached by the target date in paragraph (b) above, or within any extension of it granted by the NRC Contracting Officer, the NRC Contracting Officer may, with the apprcval of the head of the contracting activity, detsrmine a.easonable price or fee in accordance with Subpart 15.8 and Part 31 of the FAR, subject to Contractor appeal as provided in the Disputes clause.
In any event, the Contractor shall proceed with completion of the contract, subject only to the Limitation of Government liability clause.
(1)
After the NRC Contracting Officer's determination of price or fee, the contract shall be governed by--
(i) All clauses requited by the FAR on the date of execution of this Letter Contract for either fixed price or cost-reimbursement contracts, as determined by the NRC Contracting Officer under this paragraph (c);
(i) All clauses requited by the FAR on the date of execution of this Letter Contract for either fixed price or cost-reimbursement contracts, as determined by the NRC Contracting Officer under this paragraph (c);
(ii) All clauses required by law as of the date of the NRC Contracting Officer's determination; and (iii) Any other clauses, terms, and conditions mutually agreed upon.
(ii) All clauses required by law as of the date of the NRC Contracting Officer's determination; and (iii) Any other clauses, terms, and conditions mutually agreed upon.
(2)           To the extent consi,sent with subparagraph (c)(1) above, all clauses, terms, and conditions included in this Letter Contract shall continue in effect, except those that by their nature apply only to a Letter Contract.
(2)
To the extent consi,sent with subparagraph (c)(1) above, all clauses, terms, and conditions included in this Letter Contract shall continue in effect, except those that by their nature apply only to a Letter Contract.
52.216-26 PAYMENT OF ALLOVABLE COSTS BEFORE DEFINITIZATION ( APR 1984)
52.216-26 PAYMENT OF ALLOVABLE COSTS BEFORE DEFINITIZATION ( APR 1984)
(a) Reimbursement rate. Pending the placing of the definitive contract referred to in this letter contract, the Government shall promptly reimburse the Contractor for all allowable costs under this contract at the following rates:
(a) Reimbursement rate.
Pending the placing of the definitive contract referred to in this letter contract, the Government shall promptly reimburse the Contractor for all allowable costs under this contract at the following rates:
(1) One hundred percent of approved costs representing progress payments to subcontractors under fixed price subcontracts; provided, that the Government's payments to the Contractor shall not exceed 80 percent of the allowable costs of those subcontractors.
(1) One hundred percent of approved costs representing progress payments to subcontractors under fixed price subcontracts; provided, that the Government's payments to the Contractor shall not exceed 80 percent of the allowable costs of those subcontractors.


3 (2) One hundred percent of approved costs representing cost-reimbursement subcontracts; provided, that the Government's payments to the Contractor shall not exceed 85 percent of the allowable costs of those subcontractors.
3 (2) One hundred percent of approved costs representing cost-reimbursement subcontracts; provided, that the Government's payments to the Contractor shall not exceed 85 percent of the allowable costs of those subcontractors.
(3) Eighty-five percent of all other approved costs.
(3) Eighty-five percent of all other approved costs.
(b) Limitation of reimbursement. To determine the amount payable to the Contractor under this letter contract, the Contracting Officer shall determine allowable costs in accordance with the applicable cost principles in Part 31 of the Federal Acquisition Regulation (FAR). The total reimbursement made under this paragraph shall not exceed 85 percent of the maximum amount of the Government's liability, as stated in this contract.
(b) Limitation of reimbursement.
(c) Invoicing. Payments shall be made promptly to the Contractor when requested as work progresses, but (except for small business concerns) not more often than every 2 weeks, in amounts approved by the Contracting Officer. The Contractor may submit to an authorized representative of the Contracting Officer, in such form and reasonable detail as the representative may require, an invoice or voucher support by a statement of the claimed allowable cost incurred by the Contractor in the performance of this contract.
To determine the amount payable to the Contractor under this letter contract, the Contracting Officer shall determine allowable costs in accordance with the applicable cost principles in Part 31 of the Federal Acquisition Regulation (FAR).
(d) Allowable costs. For the purpose of determining allowable costs, the term "costs" includes-(1) Those recorded costs that result at the time of the request for reimbursement, from payment by cash, check, or other form of actual payment for items or services purchased directly for the contract; (2) When the Contractor is not delinquent in payment of costs of contract performance in the ordinary course of business, costs incurred, but not necessarily paid, for-(i) Materials issued from the Contractor's stores inventory and placed in the production process for use on the contract; (ii) Direct labor; (iii) Direct travel; (iv) Other direct in-house costs; and (v) Properly allocable and allowable indirect costs as shown on the records maintained by the Contiactor for purposes of obtaining reimbursement under Government contracts; and
The total reimbursement made under this paragraph shall not exceed 85 percent of the maximum amount of the Government's liability, as stated in this contract.
(c) Invoicing.
Payments shall be made promptly to the Contractor when requested as work progresses, but (except for small business concerns) not more often than every 2 weeks, in amounts approved by the Contracting Officer.
The Contractor may submit to an authorized representative of the Contracting Officer, in such form and reasonable detail as the representative may require, an invoice or voucher support by a statement of the claimed allowable cost incurred by the Contractor in the performance of this contract.
(d) Allowable costs.
For the purpose of determining allowable costs, the term "costs" includes-(1) Those recorded costs that result at the time of the request for reimbursement, from payment by cash, check, or other form of actual payment for items or services purchased directly for the contract; (2) When the Contractor is not delinquent in payment of costs of contract performance in the ordinary course of business, costs incurred, but not necessarily paid, for-(i) Materials issued from the Contractor's stores inventory and placed in the production process for use on the contract; (ii) Direct labor; (iii) Direct travel; (iv) Other direct in-house costs; and (v) Properly allocable and allowable indirect costs as shown on the records maintained by the Contiactor for purposes of obtaining reimbursement under Government contracts; and


(3) The amount of progress payments that have been paid to the Contractor's subcontractors under similar cost standards.
. (3) The amount of progress payments that have been paid to the Contractor's subcontractors under similar cost standards.
(e) Small business concerns. A small business concern may receive more frequent payments th&n ever/ 2 weeks and may invoice and be paid for recorded costs for items ov services purchased directly for the contract, even though it has not yet paid for such items or services.
(e) Small business concerns. A small business concern may receive more frequent payments th&n ever/ 2 weeks and may invoice and be paid for recorded costs for items ov services purchased directly for the contract, even though it has not yet paid for such items or services.
(f) Audit. At any time before final payment, the Coitracting Officer may have the Contractor's invoices or vouchers and statements of cost audited. Any payment may be (1) reduced by any amounts found by the Contracting Officer not to constitute allowable cost or (2) adjusted for overpayments or underpayments made on preceding invoices or vouchers.
(f) Audit.
At any time before final payment, the Coitracting Officer may have the Contractor's invoices or vouchers and statements of cost audited. Any payment may be (1) reduced by any amounts found by the Contracting Officer not to constitute allowable cost or (2) adjusted for overpayments or underpayments made on preceding invoices or vouchers.
(End of clause)
(End of clause)
(R 7-802.4(a) 1972 May)
(R 7-802.4(a) 1972 May)
Line 74: Line 95:
November 21, 1988.
November 21, 1988.
Sincerely,
Sincerely,
                                                                ~             '
~
n        <
}(,$,j, !N n
                                                            }( ,$ ,j, !N
?
                                                                                  ?
Elois J. Wiggins, Centracting Officer Division of Contracts and Property Management l
Elois J. Wiggins, Centracting Officer Division of Contracts and Property     -
Management                           l


==Attachment:==
==Attachment:==
Statement of Work ACCEPTED:
Statement of Work ACCEPTED:
Science Applications International Corporation                               L
Science Applications International Corporation L
                                            <7                         .
<7 BYuh<Wt..
BYuh<Wt..
k'ocb h 1.n MWhin Mff i
k'ocb h 1.n                 MWhin           Mff     i
Date k
                                      ''                                    Date k           ,,                                            i Name & Title       dtw A r .T Kcha 4 A Lt                                   l
i Name & Title dtw A r.T Kcha 4 A Lt l
                        ?       *rL A 7     E/Yi N O TA TtJL I.
?
*rL A 7 E/Yi N O TA TtJL I


l
l v
        .                                                                              v l                                                                                       f 1
l f
i NRC-26-89-291                               i Statement of Work JNGIMEERING DESIGN STUDY FOR THE NEW NRC OPERATIONS CENTER l.
1 i
l
NRC-26-89-291 i
: 1. OBJECTIVE OF THE PROPOSED WORK                                             i i
Statement of Work l.
l            The contractor shall develop a design for a new NRC Operations Center to l
JNGIMEERING DESIGN STUDY FOR THE NEW NRC OPERATIONS CENTER l
be located in the White Flint Two building to be cor structed in           i Rockville, Maryland. The Center shall be designed to support the NRC       l l
1.
l effort during routine and emergency operations, including                 !
OBJECTIVE OF THE PROPOSED WORK i
l            communications, incident assessment, accident mitigation and               [
i l
l             recommendation of protective measures to protect the public health and l             safety.
The contractor shall develop a design for a new NRC Operations Center to l
: 2. WORK TO BE PERFORMED It is envisioned that the project will be divided into three tasks.
be located in the White Flint Two building to be cor structed in i
Task 1 shall consist of a review and analysis of the requisite functions and staffing requirements. Task 2 shall include the development of       i information flow diagrams, identification of display devices and         j audio / visual equipment needed by the Operations Center staff to perform i their functions. Task 3 shall develop integrated space requirements,     f overall Center design, and any specialized console or display designs     P for a facility to support the staff and equipment needs identified in     f the previous tasks.
l Rockville, Maryland.
l t
The Center shall be designed to support the NRC l
The contractor will be provided with assistance from NRC and its         I Operations Center contractor, COMEX Corporation, to minimize startup efforts associated in gaining familiarity with NRC emergenc3 response     !
l effort during routine and emergency operations, including l
practices, and the Operations Center's functions, equipment, and           i personnel,
communications, incident assessment, accident mitigation and
: a. Task 1 The Contractor shall analyze functional and staffing requirements from the following three sources of information: First, the Contractor shall observe the activation and functioning of the existing Operations Center during an emergency exercise. Secondly, existing documentation such as NRC incident response plans, procedures, and previous contractor reports shall be reviewed.
[
l recommendation of protective measures to protect the public health and l
safety.
2.
WORK TO BE PERFORMED It is envisioned that the project will be divided into three tasks.
Task 1 shall consist of a review and analysis of the requisite functions and staffing requirements.
Task 2 shall include the development of i
information flow diagrams, identification of display devices and j
audio / visual equipment needed by the Operations Center staff to perform i
their functions.
Task 3 shall develop integrated space requirements, f
overall Center design, and any specialized console or display designs P
for a facility to support the staff and equipment needs identified in f
the previous tasks.
l The contractor will be provided with assistance from NRC and its t
I Operations Center contractor, COMEX Corporation, to minimize startup efforts associated in gaining familiarity with NRC emergenc3 response i
practices, and the Operations Center's functions, equipment, and personnel, a.
Task 1 The Contractor shall analyze functional and staffing requirements from the following three sources of information:
First, the Contractor shall observe the activation and functioning of the existing Operations Center during an emergency exercise.
: Secondly, existing documentation such as NRC incident response plans, procedures, and previous contractor reports shall be reviewed.
Thirdly, the Contractor shall interview NRC emergency response personnel and recomend needed changes to design features in an Operations Center.
Thirdly, the Contractor shall interview NRC emergency response personnel and recomend needed changes to design features in an Operations Center.
t L
t L
Line 114: Line 152:


o e
o e
2-
2-b.
: b. Task 2 The Contractor shall analyze data collected in Task 1 in order to characterize the flow of information both within, and into and out of the Operations Center. Special attention shall be given to issues of coordination within and among the various work groups located in different areas within the Center, and the relationship of these Headquarter's work groups with the other NRC response personnel located in the regional offices and at the rebetor sites.
Task 2 The Contractor shall analyze data collected in Task 1 in order to characterize the flow of information both within, and into and out of the Operations Center.
The Contractor shall analyze information flow under routine, transition and emergency conditions to identify tire, personnel, equipment or space constraints that may affect the acility of the NRC to respond in an efficient and effective manner. Individual (perceptual, cognitive, and anthropometric) and organizational (work group specialization, ccordination and structure) factors shall be specifically addressed.                                               ,
Special attention shall be given to issues of coordination within and among the various work groups located in different areas within the Center, and the relationship of these Headquarter's work groups with the other NRC response personnel located in the regional offices and at the rebetor sites.
: c. Task 3 The Contractor shall consider cata from Tasks 1 and 2 has a basis for developing a work space design that allocates individuals and teams to locations in accordance with their needs for data access, face-to-face communications, specialized equipment and privacy. The design shall be refined by the Contractor, as necessary, to accommodate constraints imposed by building factors such as interior columns, HVAC, exterior walls, stairwells, etc. The Centractor shall prepare drawings to provide spatial relationships among the functional areas of the Operations Center. The Contractor shall prepare detailed architectural drawings for any specialized work stations, communications consoles, audio / visual display walls, etc.
The Contractor shall analyze information flow under routine, transition and emergency conditions to identify tire, personnel, equipment or space constraints that may affect the acility of the NRC to respond in an efficient and effective manner.
Individual (perceptual, cognitive, and anthropometric) and organizational (work group specialization, ccordination and structure) factors shall be specifically addressed.
c.
Task 3 The Contractor shall consider cata from Tasks 1 and 2 has a basis for developing a work space design that allocates individuals and teams to locations in accordance with their needs for data access, face-to-face communications, specialized equipment and privacy.
The design shall be refined by the Contractor, as necessary, to accommodate constraints imposed by building factors such as interior columns, HVAC, exterior walls, stairwells, etc.
The Centractor shall prepare drawings to provide spatial relationships among the functional areas of the Operations Center.
The Contractor shall prepare detailed architectural drawings for any specialized work stations, communications consoles, audio / visual display walls, etc.
The Contractor shall coordinate its efforts with the NRC working group comprised of personnel from the Incident Response Branch, AE00; Human Factor Assessment Branch, NRR; and the Reliability and Human Factors Branch, RES.
The Contractor shall coordinate its efforts with the NRC working group comprised of personnel from the Incident Response Branch, AE00; Human Factor Assessment Branch, NRR; and the Reliability and Human Factors Branch, RES.
Through the NRC Project Officer, the Contractor shall obtain ecmments on all work products developed under this Statement of Work from the NRC Operations Center Contractor, CCMEX Corporation.
Through the NRC Project Officer, the Contractor shall obtain ecmments on all work products developed under this Statement of Work from the NRC Operations Center Contractor, CCMEX Corporation.
EEklXERABklit IASK 1 i
EEklXERABklit IASK 1 i
: 1. Develop a questionnaire to be used to interview NRC emergency resperise personnel regarding the adequacy of design features and information flow in the existing NRC Operations Center (NRCCC).
1.
Develop a questionnaire to be used to interview NRC emergency resperise personnel regarding the adequacy of design features and information flow in the existing NRC Operations Center (NRCCC).
The draft questionnaire shall be submitted to the NRC project Manager for review and ccmment no later than 5 working days prior to the Contractor conducting the interviews.
The draft questionnaire shall be submitted to the NRC project Manager for review and ccmment no later than 5 working days prior to the Contractor conducting the interviews.


3
3 2.
: 2. Develop an evaluation guide to be used to evaluate the strengths and deficiencies of the existing NRC0C during an emergency exercise with regard to the data required for the completion of Task 2.
Develop an evaluation guide to be used to evaluate the strengths and deficiencies of the existing NRC0C during an emergency exercise with regard to the data required for the completion of Task 2.
TASK 2
TASK 2 3.
: 3. Using logic diagrams characterize, the voice, face-to-face, telephone, and data information flows for the NRC0C.
Using logic diagrams characterize, the voice, face-to-face, telephone, and data information flows for the NRC0C.
4   Determine manning levels, workspace size, spatial orientation of workspaces, and special design requirements for environmental and human f acters considerations. Develop and initial floorplan.
4 Determine manning levels, workspace size, spatial orientation of workspaces, and special design requirements for environmental and human f acters considerations.
                      . TASK 3
Develop and initial floorplan.
: 5. Using Deliverable 4, factor in telecommunications, information management (i.e. video displays, computer terminals, h'rd copy outputs, status boards, etc), and reference materials into a conceptual layout of the NRC0C ficorplan.
. TASK 3 5.
: 6. Develop detailed architectural drawings (plan and evaluation) for workstations, comunications consoles and audio / visual displays.
Using Deliverable 4, factor in telecommunications, information management (i.e. video displays, computer terminals, h'rd copy outputs, status boards, etc), and reference materials into a conceptual layout of the NRC0C ficorplan.
: 7. Develop a text oriented list of recommendations as to the use of existing NRCOC equipment and materials in the new design, versus disposal / survey and purchase of new equipment and materials for the new NRCOC.
6.
: 8. Determine the summary of all heat loads (in BTUs/Hr), electrical and human.
Develop detailed architectural drawings (plan and evaluation) for workstations, comunications consoles and audio / visual displays.
: 9. Using the recommendations from Deliverable 7, provide cost estimates of new equipment and materials not covered by the base building construction or other previously budgeted items (such as telece munications switch, EROS).
7.
: 10. Document in NUREG/CR format the results and basis of the engineering design study for the new NRC0C, Tasks 1, 2, and 3. The document will incluce the following topics is a minimum:
Develop a text oriented list of recommendations as to the use of existing NRCOC equipment and materials in the new design, versus disposal / survey and purchase of new equipment and materials for the new NRCOC.
Organizational structure and functional analysis o Required adjacencies within and between the teams o Analysis results of the existing NRCOC design o Functional requirements for information management o Architectural layout of workspaces o Special design requirements involving environmental (illumination, acoustics, thermal and air quality), symbolic, and human factor considerations for video / audio systems, information display systems, workstations, workspaces, and the NRCO: in general.
8.
Determine the summary of all heat loads (in BTUs/Hr), electrical and human.
9.
Using the recommendations from Deliverable 7, provide cost estimates of new equipment and materials not covered by the base building construction or other previously budgeted items (such as telece munications switch, EROS).
: 10. Document in NUREG/CR format the results and basis of the engineering design study for the new NRC0C, Tasks 1, 2, and 3.
The document will incluce the following topics is a minimum:
Organizational structure and functional analysis o
o Required adjacencies within and between the teams o Analysis results of the existing NRCOC design o Functional requirements for information management o Architectural layout of workspaces o Special design requirements involving environmental (illumination, acoustics, thermal and air quality), symbolic, and human factor considerations for video / audio systems, information display systems, workstations, workspaces, and the NRCO: in general.


The Contractor shall submit a draft report to the NRC Project Officer for review and comment by March 1, 1989.             NRC will provide comments to the contractor within 15 working days from receipt. The contractor shall provide the final document, with NRC comments incorporated, by the end of the performance period.
. The Contractor shall submit a draft report to the NRC Project Officer for review and comment by March 1, 1989.
NRC will provide comments to the contractor within 15 working days from receipt.
The contractor shall provide the final document, with NRC comments incorporated, by the end of the performance period.
PERIOD OF PERFORKANCE Effective date of performance is November 15, 1988 through March 30, 1939.
PERIOD OF PERFORKANCE Effective date of performance is November 15, 1988 through March 30, 1939.
LEVEL OF EFFORT 400 Man Hours 1
LEVEL OF EFFORT 400 Man Hours 1

Latest revision as of 18:08, 10 December 2024

Ltr Contract NRC-26-89-291: Engineering Design Study for New Operations Ctr Awarded to Science Applications Intl Corp
ML20195J308
Person / Time
Issue date: 11/15/1988
From: Wiggins E
NRC OFFICE OF ADMINISTRATION & RESOURCES MANAGEMENT (ARM)
To: Rodehau T
SCIENCE APPLICATIONS INTERNATIONAL CORP. (FORMERLY
Shared Package
ML20195J295 List:
References
CON-NRC-26-89-291 NUDOCS 8812020005
Download: ML20195J308 (8)


Text

.

l

[f@cieg Io.

UNITED $TATES

+

}

NUCLEAR REGULATORY COMMISSION WASHING TON, D. c. 205a6 g

November 15, 1988 l

Science Applications International Corporation I

ATTN: Mr. Thomas J. Rodehau, MSG-6-1 Post Office Box 1303 i

1710 Goodridge Drive McLean, VA 22102 l

t

Dear Mr. Rodehau:

Subject:

Letter Contract No. NRC-26-89-291 Entitled, "Engineering Design i

Study for the New Operations Center" i

Pending Definittration of formal Contract No. NRC-26-89-291 and contingent upon your acceptance of the terms and conditions of this Letter Contract, Science Applications International Corporation (SAIC) is authorized and directed to provide the services necessary for the performance of the subject project, in ace.ordance with the requirements of the attached j

Statement of Work.

The following special provisions are also made a part of this Letter i

Contract:

i 52 216-23 EXECUTION AND COMMENCEMENT OF WORK (APR 1984) l The Contractor shall indicate acceptance of this Letter Contract by signing three copies of the Letter Contract and returning two copies to the

(

NRC Contracting Officer not later than November 21, 1986.

Upon acceptance by both parties, the Contraci.or shall proceed with performance of work.

j i

52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984) j (a) In performing this Letter Contract, the Contr.ctor is not f

authorized to make expenditures or incur obligations exceeding 34,500.00 dollars.

[

i (b) The maximum amount for which the Government shall be liable if this i

contract is terminated is 34,500.00 dollars.

52.216-25 CONTRACT DEFINITIZATION ( APR 1984) l t

(a) A cost plus-fixed-fee contract is contemplated.

The Contractor agrees to begin promptly negotiating with the NRC Contracting Officer the terms of a definitive contract that will include (1) all clauses required by the Federal Acquisition Regulation (FAR) on the date of execution of the Letter Contract, (2) all clauses required by law on the date of execution of the definitive contract, and (3) any other mutually agreeable clauses, terms, and conditions.

The Contractor agrees to submit a cost-plus-fixed-fee proposal and cost or pricing data supporting its

proposal, h O & OS 802115 NRC-26-shp93 p,,g

2-(b) The schedule for definitizing this Letter Contract is:

(1) Date for submission of proposal:

November 28, 1988 (2) Date for commencement of negotiations:

December 5, 1988 (3) Target date for Definitization of the contract: December 12, 1988 (c)

If agreement on a definitive contract to supersede this Letter Contract is not reached by the target date in paragraph (b) above, or within any extension of it granted by the NRC Contracting Officer, the NRC Contracting Officer may, with the apprcval of the head of the contracting activity, detsrmine a.easonable price or fee in accordance with Subpart 15.8 and Part 31 of the FAR, subject to Contractor appeal as provided in the Disputes clause.

In any event, the Contractor shall proceed with completion of the contract, subject only to the Limitation of Government liability clause.

(1)

After the NRC Contracting Officer's determination of price or fee, the contract shall be governed by--

(i) All clauses requited by the FAR on the date of execution of this Letter Contract for either fixed price or cost-reimbursement contracts, as determined by the NRC Contracting Officer under this paragraph (c);

(ii) All clauses required by law as of the date of the NRC Contracting Officer's determination; and (iii) Any other clauses, terms, and conditions mutually agreed upon.

(2)

To the extent consi,sent with subparagraph (c)(1) above, all clauses, terms, and conditions included in this Letter Contract shall continue in effect, except those that by their nature apply only to a Letter Contract.

52.216-26 PAYMENT OF ALLOVABLE COSTS BEFORE DEFINITIZATION ( APR 1984)

(a) Reimbursement rate.

Pending the placing of the definitive contract referred to in this letter contract, the Government shall promptly reimburse the Contractor for all allowable costs under this contract at the following rates:

(1) One hundred percent of approved costs representing progress payments to subcontractors under fixed price subcontracts; provided, that the Government's payments to the Contractor shall not exceed 80 percent of the allowable costs of those subcontractors.

3 (2) One hundred percent of approved costs representing cost-reimbursement subcontracts; provided, that the Government's payments to the Contractor shall not exceed 85 percent of the allowable costs of those subcontractors.

(3) Eighty-five percent of all other approved costs.

(b) Limitation of reimbursement.

To determine the amount payable to the Contractor under this letter contract, the Contracting Officer shall determine allowable costs in accordance with the applicable cost principles in Part 31 of the Federal Acquisition Regulation (FAR).

The total reimbursement made under this paragraph shall not exceed 85 percent of the maximum amount of the Government's liability, as stated in this contract.

(c) Invoicing.

Payments shall be made promptly to the Contractor when requested as work progresses, but (except for small business concerns) not more often than every 2 weeks, in amounts approved by the Contracting Officer.

The Contractor may submit to an authorized representative of the Contracting Officer, in such form and reasonable detail as the representative may require, an invoice or voucher support by a statement of the claimed allowable cost incurred by the Contractor in the performance of this contract.

(d) Allowable costs.

For the purpose of determining allowable costs, the term "costs" includes-(1) Those recorded costs that result at the time of the request for reimbursement, from payment by cash, check, or other form of actual payment for items or services purchased directly for the contract; (2) When the Contractor is not delinquent in payment of costs of contract performance in the ordinary course of business, costs incurred, but not necessarily paid, for-(i) Materials issued from the Contractor's stores inventory and placed in the production process for use on the contract; (ii) Direct labor; (iii) Direct travel; (iv) Other direct in-house costs; and (v) Properly allocable and allowable indirect costs as shown on the records maintained by the Contiactor for purposes of obtaining reimbursement under Government contracts; and

. (3) The amount of progress payments that have been paid to the Contractor's subcontractors under similar cost standards.

(e) Small business concerns. A small business concern may receive more frequent payments th&n ever/ 2 weeks and may invoice and be paid for recorded costs for items ov services purchased directly for the contract, even though it has not yet paid for such items or services.

(f) Audit.

At any time before final payment, the Coitracting Officer may have the Contractor's invoices or vouchers and statements of cost audited. Any payment may be (1) reduced by any amounts found by the Contracting Officer not to constitute allowable cost or (2) adjusted for overpayments or underpayments made on preceding invoices or vouchers.

(End of clause)

(R 7-802.4(a) 1972 May)

Mr. Den Marksberry, with the Office for Analysis and Evaluation of Operational Data, telephone 492-4156, will serve as Project Officer under this Letter Contract.

Your acceptance of this Letter Contract is requested by your acknowledgement below and return of two copies of this document by close of business.

November 21, 1988.

Sincerely,

~

}(,$,j, !N n

?

Elois J. Wiggins, Centracting Officer Division of Contracts and Property Management l

Attachment:

Statement of Work ACCEPTED:

Science Applications International Corporation L

<7 BYuh<Wt..

k'ocb h 1.n MWhin Mff i

Date k

i Name & Title dtw A r.T Kcha 4 A Lt l

?

  • rL A 7 E/Yi N O TA TtJL I

l v

l f

1 i

NRC-26-89-291 i

Statement of Work l.

JNGIMEERING DESIGN STUDY FOR THE NEW NRC OPERATIONS CENTER l

1.

OBJECTIVE OF THE PROPOSED WORK i

i l

The contractor shall develop a design for a new NRC Operations Center to l

be located in the White Flint Two building to be cor structed in i

l Rockville, Maryland.

The Center shall be designed to support the NRC l

l effort during routine and emergency operations, including l

communications, incident assessment, accident mitigation and

[

l recommendation of protective measures to protect the public health and l

safety.

2.

WORK TO BE PERFORMED It is envisioned that the project will be divided into three tasks.

Task 1 shall consist of a review and analysis of the requisite functions and staffing requirements.

Task 2 shall include the development of i

information flow diagrams, identification of display devices and j

audio / visual equipment needed by the Operations Center staff to perform i

their functions.

Task 3 shall develop integrated space requirements, f

overall Center design, and any specialized console or display designs P

for a facility to support the staff and equipment needs identified in f

the previous tasks.

l The contractor will be provided with assistance from NRC and its t

I Operations Center contractor, COMEX Corporation, to minimize startup efforts associated in gaining familiarity with NRC emergenc3 response i

practices, and the Operations Center's functions, equipment, and personnel, a.

Task 1 The Contractor shall analyze functional and staffing requirements from the following three sources of information:

First, the Contractor shall observe the activation and functioning of the existing Operations Center during an emergency exercise.

Secondly, existing documentation such as NRC incident response plans, procedures, and previous contractor reports shall be reviewed.

Thirdly, the Contractor shall interview NRC emergency response personnel and recomend needed changes to design features in an Operations Center.

t L

I

(

I

o e

2-b.

Task 2 The Contractor shall analyze data collected in Task 1 in order to characterize the flow of information both within, and into and out of the Operations Center.

Special attention shall be given to issues of coordination within and among the various work groups located in different areas within the Center, and the relationship of these Headquarter's work groups with the other NRC response personnel located in the regional offices and at the rebetor sites.

The Contractor shall analyze information flow under routine, transition and emergency conditions to identify tire, personnel, equipment or space constraints that may affect the acility of the NRC to respond in an efficient and effective manner.

Individual (perceptual, cognitive, and anthropometric) and organizational (work group specialization, ccordination and structure) factors shall be specifically addressed.

c.

Task 3 The Contractor shall consider cata from Tasks 1 and 2 has a basis for developing a work space design that allocates individuals and teams to locations in accordance with their needs for data access, face-to-face communications, specialized equipment and privacy.

The design shall be refined by the Contractor, as necessary, to accommodate constraints imposed by building factors such as interior columns, HVAC, exterior walls, stairwells, etc.

The Centractor shall prepare drawings to provide spatial relationships among the functional areas of the Operations Center.

The Contractor shall prepare detailed architectural drawings for any specialized work stations, communications consoles, audio / visual display walls, etc.

The Contractor shall coordinate its efforts with the NRC working group comprised of personnel from the Incident Response Branch, AE00; Human Factor Assessment Branch, NRR; and the Reliability and Human Factors Branch, RES.

Through the NRC Project Officer, the Contractor shall obtain ecmments on all work products developed under this Statement of Work from the NRC Operations Center Contractor, CCMEX Corporation.

EEklXERABklit IASK 1 i

1.

Develop a questionnaire to be used to interview NRC emergency resperise personnel regarding the adequacy of design features and information flow in the existing NRC Operations Center (NRCCC).

The draft questionnaire shall be submitted to the NRC project Manager for review and ccmment no later than 5 working days prior to the Contractor conducting the interviews.

3 2.

Develop an evaluation guide to be used to evaluate the strengths and deficiencies of the existing NRC0C during an emergency exercise with regard to the data required for the completion of Task 2.

TASK 2 3.

Using logic diagrams characterize, the voice, face-to-face, telephone, and data information flows for the NRC0C.

4 Determine manning levels, workspace size, spatial orientation of workspaces, and special design requirements for environmental and human f acters considerations.

Develop and initial floorplan.

. TASK 3 5.

Using Deliverable 4, factor in telecommunications, information management (i.e. video displays, computer terminals, h'rd copy outputs, status boards, etc), and reference materials into a conceptual layout of the NRC0C ficorplan.

6.

Develop detailed architectural drawings (plan and evaluation) for workstations, comunications consoles and audio / visual displays.

7.

Develop a text oriented list of recommendations as to the use of existing NRCOC equipment and materials in the new design, versus disposal / survey and purchase of new equipment and materials for the new NRCOC.

8.

Determine the summary of all heat loads (in BTUs/Hr), electrical and human.

9.

Using the recommendations from Deliverable 7, provide cost estimates of new equipment and materials not covered by the base building construction or other previously budgeted items (such as telece munications switch, EROS).

10. Document in NUREG/CR format the results and basis of the engineering design study for the new NRC0C, Tasks 1, 2, and 3.

The document will incluce the following topics is a minimum:

Organizational structure and functional analysis o

o Required adjacencies within and between the teams o Analysis results of the existing NRCOC design o Functional requirements for information management o Architectural layout of workspaces o Special design requirements involving environmental (illumination, acoustics, thermal and air quality), symbolic, and human factor considerations for video / audio systems, information display systems, workstations, workspaces, and the NRCO: in general.

. The Contractor shall submit a draft report to the NRC Project Officer for review and comment by March 1, 1989.

NRC will provide comments to the contractor within 15 working days from receipt.

The contractor shall provide the final document, with NRC comments incorporated, by the end of the performance period.

PERIOD OF PERFORKANCE Effective date of performance is November 15, 1988 through March 30, 1939.

LEVEL OF EFFORT 400 Man Hours 1

l l

I I

1

$