ML20126L246
| ML20126L246 | |
| Person / Time | |
|---|---|
| Issue date: | 07/01/1992 |
| From: | Grimsley D NRC OFFICE OF ADMINISTRATION (ADM) |
| To: | Duffy J PITNEY, HARDIN, KIPP & SZUCH |
| References | |
| FOIA-92-261 NUDOCS 9301070375 | |
| Download: ML20126L246 (1) | |
Text
- - - - - - -
...~o..
~.
FOIA - os,i
/,..s f
Tf s., V.n s t s..ow. y g.
n-RESPONSE TO FREEDOM OF x j m^t j
l'"~t j
y N....Y.
INFORMATION ACT (FOlA) REQUEST o^u s
/
JUL 1 1992 doi
- t 1 NUMH1 A15e orsmuc#
HL OVE LTl H Mr.
'aw-G. Duffv PAHT 1.- AGt NCY RECORDS HE LE A5E D OH NOT LOCAT ED (See c n a Mtmeu o
y y)(
No apocy records sutyett to the rmest hue been !cv.ated No Mdit oria! agern irc ords sut et t to the <craorst have been forated t
Requested records a*tz aa atde through another pubbt d1tribution progra See Cornments section, v
Agency records sutyect to the retivest that are ident Ard en Append s'es! -
are atreMy andabie for pubEr mspect or and copying et the NRC Pubhe Document Acom. 2129 L Syeet. N W. Wahmaton. DC.
Agency records subject to the request that are identifie'd in Appendi=!es) are binns rv$e avalabic for pubhc msp*mori a id copymg et tFs NHC Pubhc Doevvent Acom. 7120 L Street, N.Wo Was'ungton, DC, m a fo: der ur. der tus F OI A nun-ber.
The nonproprierery vers on of the propouHsi that you agreect to accept m a tew one conversation wth a - ember of my staf f is nm
- ng made avasi.stue for pubhc inspettson and ropymg at the N RC Pubbt Document Room,2120 L Street. N W,, Wy,hmgtog DC. in a folder under tNs F C A numbef.
Arpnc y tecurch auh wt to the reanst that ave rdentibed m Appendsateu ____
rNy be mspec ted a,d (op+4 at the N RC Lo:a Put he Document i
Room edenhfied in the Comments serteon.
[ n(losed is inf ormanon on how you ruay obts,n auns to and the (furys iur cow 19 records located at ter NRC Pubhc Dowment RNg 2120 L Street, N W Wat4ngton, DC Aycnc y ret ords subject to thr rewnt are enclosmi hecurus sut-ett to the requnt ha<t been referred to another Federal agenr,-he".1 for rece4.ind d rect response to you F ees You wdf be bd ed b, the NRC for fees tot Ang 5 You ndl retewe a ref und f rom the NRC m the amount of $
In view of NRC's rewo^sr to th,s request, no further action is bema tav e n on opd letter dated
,No PART 11. A-lNFORMATION WITHHELD F HOM PLIBLIC DISCLOSURE Certain inf ormation en it4 reavested recoros is bemg withbeid from puntic dachsee pesuant to the exemonons described in aret for e rer.ons stated in Pa-t 11. B. C, and D Any re; eased portsons of the (tocuments f ar which only part of the record is being ut* eld are bemg made 6.e StJe for pubhc inspection and cop,mg in the NHC Pubbc Document Rot, n,2120 L Street, N W,N5tmgton. DC m a fotaer nder this FOI A numbt _
u COMME N T$
UThis determination may be appealed t o the Executive Director for Operations, U.
M.. Nuclear Regulat or y Commission, hhingt on, DC 20555, and should clearly state on the envelope and in the letter that it is an " Appeal f rom an inihal FOI A decision."
A SIGN i HE. DIRECTOR 01W !" 4 Of f Rf,4 Or (N F O R V PON AND PUBUCAT QNS SC RVICE S
/ As<b jw A 9301070375 920701 PDR FOIA DUFFY 92-261 PDR Nne row u.t !Pm n o m
RS-ADM-92-312 lCIVATION, OFFER AND AWARD Page 1 of 3 Pages I*
- 1. This contract is a rated order under DPAS(15 CFR 350) RATING:
~
- 2. CONTRACT NO.
l3. SOLICITATION NO.
l4. TYPE OF SOLICITATION l
RS-ADM-92-312 l
T SEALED DID (IFB) l
. l NEGOTIATED (RFP)
- 5. DATE ISSUED l6. REQUISITION / PURCHASE REQ. NO.
03/04/92 j
ADM-92-312
-!8.ADDRESSOFFERTO
- 7. ISSUED BY CODE l
ATTH: RS-ADM-92-312 l (If other than item 7)
U.S. Nuclear Regulatory Comission l
Offer must be 6ddressed as shown in Div. of Contracts & Property Hgmt.
l Item 7.
Hand-carried offers Contract Neg. Br. No.1; P-1020 l
(Including Express Mail & delivery Washington, DC 20555 l
services) must be delivered to l
the address in Item 9.
NOTE: In sealed bid solicitations, "of fer"/"of feror" mean " bid"/" bidder".
SOLICIT ATION
- 9. Sealed offers for furnishing the services or supplies in the schedule are due at 3:30 PM, Washington, DC local time on 04/03/92. Offers sent through the U.S. Mail (including U.S. Postal Service Express Mail Next Day Service - Post All Office to Addressee) must be addressed to the place specified in Item 7.
hand-carried offers including those made by private delivery services (e.g.
Federal Express and Airborne Express) must be delivered to 7920 Norfolk Avenue, Bethesda, Maryland 20814 and received in the depository located in Room P-1011. NRC is a secure facility with perimeter access-control and NRC personnel are not available to receive hand-carried offers except during normal working hours, 7:30 AM - 4:15 PM, Monday through Friday, excluding federal holidays. Offerors should be aware that many private carriers only make deliveries to the mail room.
All offerors should allow extra time for internal mail distribution.
Offerors should clearly identify the RFF number on the outside wrapper. IFB's should have affixed the Optional Form (OF) 17, " Sealed Bid Label," on the outside wrapper.
CAUTION - LATE SUBMISSIONS, MODIFICATIONS AND WITHORAWALS.
SEE SECTION L.
PROVISION No. 52.214-7 OR 52.215-10.
All offers are subject to all terms and conditions contained in thf s solicitation. (See the Provision in Section L, " Proposal. Presentation and Format").
- 10. FOR INFORMATIONlA. NAME:
lB. TELEPHONE N0. (Include Area Code)
CALL:
'Mrs. Helen Hagey l
(NO COLLECT CALLS) j (301)492-9449 i
e EXCEPTION TO STANDARD FORM 33 (REV.4-85)
Prescribed by GSA FAR(48 CFR) 53.214(c)
(
1
?
RS-ADM-92-312 SOLICITATION, OFFER AND AWARD Page 2 of 3 Pages 1r <
- 11. TABLE OF CONTENTS X SEC DESCRIPTION PAGE(S)
PART I - THE SCHEDULE A
SOLICITATION / CONTRACT FORM B
SUPPLIES OR SERVICES AND PRICES / COSTS C
DESCRIPTION / SPECIFICATIONS / WORK STATEMENT D
PACKAGING AND MARKING E
INSPECTION AND ACCEPTANCE F
DELIVERIES OR PERFORMANCE G
CONTP,ACT ADMINISTRATION DATA H
SPECIAL CONTRACT REQUIREMENTS PART II - CONTRACT CLAUSES I
CONTRACT CLAUSES PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS J
LIST OF ATTACHMENTS PART IV - REPRESENTATIONS AND INSTRUCTIONS X
REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF 0FFER0RS L
INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFER 0RS M
EVALUATION FACTORS FOR AWARD OFFER (Must be fully completed by offeror) tiOTE:
Item 12 does not apply if the solicitation includes the provision at 52.214-16, Minimum Bid Acceptance Period.
- 12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point (s), within the time specified in the schedule.
- 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) 10 CALENDAR DAYS 20 CALENDAR DAYS 30 CALENDAR DAYS CALENDAR DAYS
- 14. ACKNOWLEDGEMENT OF AMENDMENTS The of feror acknewledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated:
AMENDMENT NO.
DATE AMENDMENT NO.
DATE t
EXCEfil0N TO STANDARD FORM 33 (REV.4-85)
Prescribed by GSA FAR(48 CFR) 53.214(c) l l
RS-ADii-92-312 S0c.;1 TAT 10N 0FFER AND AUARD Page 3 of 3 Pages OFFER (CONTINUED) 15A. HAME AND ! CODE '
FACILITY l
!!6. NAME AND TITLE OF PERSON ADDRESS l
l AUTHORIZED TO SIGN OFFER OF l
l (Type or print) l 0FFEROR l
l
~
158. TELEPHDNE D. (Include Area l15C. CHECK IF R ITA5~ADDRESSIS l [ ] OlFFERENT FROM ABOVE - ENTER SUCH Code) l ADDRESS IN SCHEDULE
- 17. SIGNATURE:
l
- 18. OFFER DATE:
e AWARD (To be completed by Government)
- 19. ACCEPTED AS 10 ITEM 5 NUMBERED l20. AMDUNT l21.
l l
l l
l l
-l l
1
- 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETli10N:
[
] 10 U.S.C. 2304(c)((
)) [ ] 41 U.S.C. 253(c)(
)
- 23. SUBMIT INVOICES 10 ADDRESS SHOWN IN llTEM (4 copies unless otherwise specified) l'
- 24. ADMINISTERED BY CODE l l25. PAYMENT WILL BE MADE BY CODE l (If other than item 7) l U. S. Nuclear Regulatory Commission l
Oivision of Accounting and Finance l
GOV /COM Accounting Section l
Washington, DC 20555-
~
!28. AWARD
- 26. HAME OF CONTRACTING OFFICER l27. UNITED STATES CF AMERICA (Type or Print) l l
DATE I
j(Signature of Contracting Officer):.
IMPORTANT - Award will be made on this Form or on Standard form 26, or by other authorized official written notice.
Prescribed by GSA EXCI.PTION 10 STANDARD FORM 33 (REV.4-85)
FAR(48 CFR) 53.214(c)-
c,
PAGE TABLE OF CONTENTS i
l 1
SO LI C I T AT I ON, OF F ER AND AW ARD...................
8 PAP.T I - THE SCHEDULE.....
8 SECTION B - SUPPLIES OR SERVICES AND PRICES / COSTS.......... B B.1 PROJECT TITLE.......................
8 B.2 BRIEF DESCRIPTION OF VORK (KAR 1987).
ALTERNATE I (JUN 1988) 8 B.3 BRIEF DESCRIPi10N OF WORK.....
9 SERVICES AND PRICES....................
31 B.4 B.5 CONSIDERATION AND ODLIGATION--DELIVERY ORDERS.......
(JUN 1988) 32 SECTION C - DESCRIPTION / SPECIFICATIONS / WORK STATEMENT........
32 C.1 ST ATEMENT OF WORK 39 C.2 DEFINIT ION OF T ERMS....................
43 SECT ION D - PACKAGING AND HARKING..................
43 0.1 PACKAGING AND KARKING (MAR 1987)..............
44 SECTION E - INSPECTION AND ACCEPTANCE................
44 E.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988)...
44 E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987)....,..
45 SECTION F - DELIVERIES OR PERFORMANCE......,.........
45 F.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988)...
45 F.2 DURATION OF CONTRACT PERIOD (MAR 1987)...........
ALTERNATE IV (JUN 1988) 45 F.3 PICKUP AND DELIVERY....................
46 INSPECTION AND REVIEV 0F WORK.............
F.4 46 PDOR WORKKANSHIP AND/0R FAILURE TO MEET DEA 0 LINES...
F.5 48 SECTION G - CONTRACT ADMINISTRATION DATA......,,..,
48 G.1 PROJECT OFFICER AUTHORITY (MAR 1987)...........
ALTERNATE I (KAR 1987) 48 G.2 ORDERING PROCEDURES (MAY 1991) 49 G.3 REMITTANCE ADORESS (MAR 1987).........,......
50 SECTION H - SPECI AL CONTRACT REQUIREMENTS..............
50 PRIVATE USE OF CONTRACT IHFORKATION AND DATA (JUN 1988)..
3.1 50 H.2 DETERMINATION OF MINIMUM WAGES AND FRINGE BENEFITS.....
(NOV 1989) 50 GOVERNMENT FURNISHED EQUIPMENT / PROPERTY (JUNE 1988)....
N3 50 DENIAL OF FEDERAL BENEFITS TO INDIVIDUALS.........
H.4 CONVICTED OF DRUG TRAIFICKING OR POSSESSION (SEP 1990) 52 PART II - CONT RACT CLAUSES...................
52 SEC T I ON I - CONT RACT C LAU S E S....................
1.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988)...
52 53 1.2 52.203-9 REQUIREMENT FOR CERTIFICAT# OF PROCUREMENT....
INTEGRITY--H3DIFICATION (NOV 1990) 55 1.3 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (SEP 1990) 4
. ~.
' TABLE OF CONTENTS PAGE L
57 I.4 52.216-18 ORDERING (APR 1984)..............
DELIVERY-ORDER LIMITATIONS ( APR 1984).......
.57 1.5 52.216-19 1.6 52.216-21 REQUIREMENTS ( APR 1984) ALTERNATE I (APR 1984)..
58 59 I.7 52.217-9 OPTION TO EXTEND THE lERM OF THE........
CONTRACT (MAR 1989) 59 1.8 52.222-42 STATEMENT OF EQUIVALENT RATES FOR........
FEDERAL HIRES (NAY 1989) 60 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS....
60 SECTION J - LIST OF-ATTACHMENTS...................
60 J.1 ATTACHMENTS (MAR 1987)...................
61 PART IV - REPRESENTATIONS AND INSTRUCTIONS.............
61 SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND..........
OTHER STATEMENTS OF 0FFERORS K.1 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION..
61 (APR 1985) 62 K.2 52.203-4 CONTINGENT FEE REPRESENTATION AND........
AGREEMENT-(APR1984) 62 K.3 52.203-8 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT...,
INTEGRITY (NOV 1990) 65 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS.
K.4 TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (APR 1991) 66 K.5 52.204-3 TAXPAYER IDENTIFICATION (SEP 1989)-........
52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION,..
67 K.6 PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (MAY 1989)
K.7 52.214-2 TYPE OF BUSINESS ORGANIZATION--SEALED BIDDING;..
68 (JUL 1987) 69 K.8 52.214-14 PLACE OF PERFORMANCE--SEALED BIDDING.......
(APR1984)
K.9 52.214-16 MINIMUM BID ACCEPTANCE PERIOD (APR 1984)......
69 70 K.1D 52.219-1 SMLL BUSINESS CONCERN REPRESENTATION,. _..,..
(JAN 1991) 70' K.11 52.219-2 SMALL DISADVANTAGED BUSINESS CONCERN,.......
REPRESENTATION (FEB 1990) 72 K.12 52.219-3 WOMEN-0WNED SMALL BUSINESS REPRESENTATION.....
(APR1984) 72 K.13 52.220-1 PREFERENCE FOR LABOR SURPLUS AREA........
L CONCERNS (APR 1984)
K.14 52.222-21 CERTIFICATION OF NONSEGREGATED FACILITIES....
72 (APR1984) 73' K.15 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (APR 1984)
E K.16 52.222-25 AFFIRHATIVE ACTION COMPLIANCE ( APR -1984).-....
74 K.17-52.223 CLEAN AIR AND WATER-CERTIFICATION (APR 1984)...
-74 74 K.18. 52.223-5 CERTIFICATION.REGARDING A ORUG-FREE........
WORKPLACE (JUL 1990) 77 K.19. QUALIFICATIONS OF CONTRACT EMPLOYEES (JUN 1988)...-,...
77 K.20 CURRENT /FORMER AGENCY EMPLOYEE INVOLVEMENT (JUN 1988)...
78 SECTICN L - INSTRUCTIONS, CONDITIONS, AND... _.....-......
NOTICES TO OFFER 0RS i,,_._,.. ii,_ _ i...
TABLE OF CONTENTS PAGE L.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED...
78 BY REFERENCE (JUN 1988)
L.2 52.204-4 CONTRACTOR EST ABLISHMENT CODE (AUG 1989)..
78 L.3 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH.......
79 LANGUAGE (APR 1991) 79 L.4 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY....
(APR 1991) 79 L.5 52.216-1 TYPE OF CONTRACT (APR 1984)...........
L6 52.219-22 SIC CODE AND SHALL BUSINESS SIZE.........
79 STANDARD (JAN 1991) 79 L.7 52.233-2 SERVICE OF PROTEST (NOV 1988)..,.......
80 L.8 ESTIMATED DURATION (JUN 1988)...............
80 DISPOSIT ION OF BIDS (MAR 1987)...............
L.9 80 L.10 B10 INSTRUCTIONS (JUN 1991) ALTERNATE I (OCT 1991).....81 L.11 NONDISCRIMINATION BECAUSE OF AGE (MAR 1987)........
81 L.12 LOCATION OF BID OPENING (MR 1987).............
81 L.13 ABSTRACT OF BIOS (KAR 1987)................
81 L,14 VIEWING SAMPLE MATERIALS..................
83 SECTION N - EVALUATION FACTOR $ FOR AWARD 83 H.1 52.252-1 SOLICITATION PROVIS10NS INCORPORATED.......
BY REFERENCE (JUN 1988) 83 M.2 BlDDER QUAllFICATIONS AND PAST EXPERIENCES (MAR 1987)...
84 H.3 BID EVALUATION (JUN 1988).................
85 M.4 PILOT WORD PROCESSING DISTRIBUTION DEMONSTRATION......
86 M.5 PILOT EQUATION TYPING DEH]NSTRATION...,
86 H.6 DURATION OF DEMONSTRATIONS AND FAILURE TO MEET.......
L L
l I
Page 7-4 RS-ADM-92-3I2 OFFER 0RS/ BIDDERS PLEASE NOTE:
1.
VERY IMPORTANT:
Bidders are reminded to refer to Section M regarding demonstrations that will be required of the prospective awardee af ter bids are opened.
It is IMPERATIVE that all bidders be prepared -- that is, have all the necessary equipment and qualified personnel -- for the demonstrations within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> after the NRC Contracting Officer's telephonic notification.
It is expected that the NRC Contracting Officer will provide this notification inmediately after bids are opened.
2.
Do NOT complete blanks identified by an asterisk (__ *
).
This information will be provided by the Government and incorporated into any resultant contract.
'e l-1 l:
Pago 8 Section B RS-ADM-92-312 PART I - THE SCHEDULE SECTION 8 - SUPPLIES OR SERVICES AND PRICES / COSTS B.1 PROJECT TITLE The title of this project is as follows:
" Word Processing Services"
[End of Clause]
4 B.2 BRIEF DESCRIPTION OF WORK The U.S. Nuclear Regulatory Commission (NRC) Electronic Text a.
Processing Section provides the following word processing services for major NRC publications: typing of text, tables, and equations, several revisions to the draft publications, scanning, printing, and conversion of text and tables between its current word processing system (IBM 5520) and IBM Personal Computers (PCs) using Wordperfect software. The Contractor shall provide word processing service from handwritten, rough draft typewritten, duplicated and/or copied typewritten documents.
Pick up and delivery services are required.
NRC uses the following equipment and software for word processing:
IBM 5520 Administrative System (Software Level 5611-552, Release 3, 4
Mod 2) with display terminals, ink-jet printers, and telecommunication lines connected to a central processing unit and two IBM PCs and IBM PS-2s using Wordperfect Software for word processing with an optical character reader connected to a PC for
- scanning, b.
Work orders will be issued for wnrk required by the NRC in accordance with the Ordering Procedures set forth in Section C -
Description / Specification / Work Statement herein. The provisions of this contract shall govern all work orders issued hereunder.
The word processing service categories are set forth in c.
Section B.3 - Supplies / Services and Prices. -The categories are consistent with the degree of difficulty of the documents submitted to the Electronic Text Processing Section of the NRC. The prices shall include pickup and delivery services, packaging and labeling, telecommunication, retrieving from'and archiving to diskettes of all work processed, and shall cover the cost of all commonly accepted trade practice operations (including preplanning), except Government-furnished property, that shall be required to provide the products in accordance with these specifications.
Section B RS-ADM-92-312 d.
The period of performance for this contract is two years with one optional year. There are three sets of pricing sheets within-Section B 3 - one set for Year One (pages 9 through 15); L one set for Year Two (Pages 16 through 22) and one set for the Optional Year Three (Pages 23 through 30.) Note-that for each year there are seven pages with seven different delivery requirements,1dentified on ibe upper left hand side.
For each of the seven pages, there are eight major service categories listed down the 1 eft hand side, and
~
are separated into two columns -- one for proofreading and one for no proofreading, For consistency in computing line prices per page, use the e.
following table for a standard line count for pages of varying size and line spacing:
LINE COUNT PER PAGE (Vertical and Horizontal)
Paper Spacing size Single lh Double 8 x 11 51 34 25 8% x 14 67 45 34 (End of Clause) 8.3 SERVICES AND PRICES Upon receipt of a work order by the NRC Project a,
Officer / Designated p:,resentative, the Contractor shall provide services in accordance with Section C,
" Description / Specifications /Wnrk Statement" at the rates as set.
forth on the next 21 pa-4 i
RS-ADM-92-312 Page 10
~
Section B I._SAME DAY / OVERNIGHT / WEEKEND:
YEAR ONE PRCOFREADING NO PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount 1.' TEXT A. Minor revision 7000 line 100 line B. Major revision 10000 line 100 line C.
Initial typing 2000 line 100 line S
D. Scan, revise 750 line 1 line-S 3
TADULAR (including ruling)
From 6 to 9 columns
- A.- Minor revision 1000 line 1 line B.
Major revision 2000 line 1 line C. Initial typing 1000 line 10 line
"[
500 line S
1 line D._ Scan, revise 10 or rore columns 1 line
- E._ Minor revision 500 line 10 line T. Major revision 500 line I~~ $
~~~
G.
fnitial typing 50 line 10.line H.. Scan, revise 1 line 1 line
- 3. ; GREEK / MATH' S ~'? CAL SYMBOLS Simple (f < e
'is/line)
A. Minor revis: met 50 line- $
10.line S
~--
B. Major revita
- 100 line 10 line C.
Initial typiv, 100 line S
10 line Complex (6 or more symbolc/line) 1 line S-D. Hinor revision 50-line
$~
1 line E. Major revision 100_line
- F. 2nitial typing 50 line
~$
1 line 4.
PRINT ONLY HEADERS / FOOT'rlRS Single or multiple lines per page
- A.
Single line 2000 line 1 line
~~
B.
Multiple lines 100 line 1 line S. BROADSIDE il/F's 200 line 1 line 6.
FORM LETTERS 50 page S
1 pago
. S___ __
' 7.
ENVELOPES / LABEL S each 1 each D.-DISKETTE CONVERSION AND VERIFICATION
~
$_N/A
$_H/A___ $_N/A A. Per diskette 10 each 0 each-
$_N/A B.
Per file 10 each 0 each Estimate-subtotal 28126 lines 374 lin(es Total lines (I) 28500 SUBTOTAL:
SUBTOTAL:-
r r
RS-ADM-92-? "
.Pcge 11 Section B II. ONE_ WORKDAY:
YEAR ONE
~
PROOFREADING NO PROOFREADING Est.
Unit Est.
Unit Oty. _ Unit Price Amount Qty.
Unit Prico Amount 1 ~. TEXT A. Mini.r revision 27000 line 20 line D. Major revision 50000 line 20 line C.
Initial typing 12000 line' $
50 line
~~
D.
Scan, revise 10000 line 1 line
- 2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 500 line 1 line B. Major revision 2000 line 1 line
$~
~~
C.
Initial typing 500 line 1 line D.
Scan, revise 1 line 1 line 10 or more columns E. Minor revision 10 line 1 line F. Mr.jor revision 2000 line 1 line
~
G.
Initial typing 500 line S,__
1 line H.-Scan, revise 1 line 1 line S
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Hinor revision 10 line 1 line i
B. Major revision 100 line 1 line S~
~~
C. Initial typing 200 line 1 line Complex (6 or more symbols /line)
D. Hinor revision 10 line 1 line l
E. Major rev.ision 100 line 1 line_ $.
$~
1 line S'
F.-Initial typing 100 line
$f l
4.
PRINT-ONLY HEADERS / FOOTERS
' single or multiple lines per page
-Ac Single line 100 line 1 line B.' Multiple lines 10 line 1.line g
5.: ' BROADSIDE H/F's 100 line 1 line l
6.
FORM LETTERS.
50 page 1 page Si l-7.
ENVELOPES / LABEL 10 each 1 each B.
DISKETTE CONVERSION AND VERIFICATION L
A. Per diskette 10'each, $-
0 each_ $_N/A
$_N/A l
B.
Per file 10 each 0 each
$_N/A
-C_N/A l
Estimate subtotal 10532E lines
-110 liros
. Total lines (II) 105432 SUBTOTAL:
SUBTOTAL:
l l
RS-ADM-92-312 Pagc 12 YEAR ONE III TWO WORKDAYS:
PROOTRIADING NO PROOFREADING Est.
Unit Est.
' Unit Qty.
Unit Price Amount Qty.
Unit ' Price Amchnt-
-1.
TEXT A.-Minor revision 60000 line S
20 line
~~
- 8. Major revision 80000 line 20 line 2
C.l Initial typing 20000 line S
50 line D.
Scan, revise 15000 line 1-line
- 2. TABULAR (including ruling)
From 6 to_9 columns A. Minor revision 4000 line 1 line S
B. Major revision 3000 line 1 line S
C.
Initial typing 2000 line S
1 line D.. Scan, revise i line S.
1.line 10 or more columns E. Minor revision 10 line 1 line
- r. Major revision 2000 line 1 line
$~
~
- c. Initial typing 3000 line 1 line S
H.
Scan, revise 1 line 1 line S
3< GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Minor revision 10 line S
1 lino S
B. Major revision 10 line S
1 line. S
~-
C.
Initial typing 10 line 1 line
~
Complex (6 or more symbols /line)
D. Minor revision 1 line 1 line' S-
~
-E.
Major revision 500 lina S
1 line
~
F.
Initial typing 200 line S
I line- $
4.
PRINT ONLY HEADERS / FOOTERS Single or multiple lines per page A. Single line 1000 line S'
i line S
~~~
B. Multiple lines 200 line
.S 1 line
- 5. DROADSIDE H/F's 500 line 1 line 6.
FORM LETTERS 50 page' S 1 page.$
t7.
ENV ELOPES / LABEL 50 each- $
S, 1 each Sj 8.
DISKETTE CONVERSION AND VERIFICATION A. Per diskette 30 each 0 each
$ N/A-
$-N/A B. Per f11e 30 each 0 each '$ N/A
$~N/A__
~
Estimate subtotal 1906G3 lines 110 lines Total lines (III)' 190713
~
SUB'rOTAL:
SUBTOTAL:
~
Soction B RS-ADM-92-31c Page 13_
YEAR ONE IV. THREE WORKDAYS:
NO PROOFREADING PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount
- 1. TEXT A. Minor revision 35000 line 20 line B. Major revision 60000 line S
20 line C.
Initial typing 15000 line 50 line
-~
~~
D.
Scan, revise 15000 line 1 line
- 2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 1000 line 1 line B. Major revision 1000 line S
1 line C.
Initial typing 2000 line 1 line
$1 D. Scan, revise 1 line 1 line 10 or more columns E._ Minor revision 10 line 1 line S
$ ~~'
F. Major revision 10 line 1 line G.
Initial typing 500 line 1 line H. Scan, revise 1 line 1 line
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Minor revision 50 line 1 line
'~
B. Major revision 200 line 1 line C.
Initial typing 200 line 1 line
$~
Complex (6 or more symbols /line)
D. Minor revision 100 line 1 line
$ ~
E. Major revision 100 line 1 line F.
Initial typing 100 line 1 line S
4.
PRINT ONLY HEADERS / FOOTERS Single or multiple lines per page A.
Single line 7000 line 1 line B. Multiple lines 200 line 1 line
- 5. BROADSIDE H/F's 400 line 1 line 6.
FORM LETTERS 50 page 1 page 7.
ENVELOPES / LABEL 50 each 1 each
~ 8. DISKETTE CONVERSION AND VERIFICATION A. Per diskette 20 escn 5
0 each
$_N/A_
$_N/A B.
Per file 20 each 0 each
$ N/A
$_N/A Estimate subtotal 130012 lines 110 lines Total lines (IV) 138122 SfJBTOTAL:
SUBTOTAL:
RS-ADM-92-31]
Page 14 Section B YEAR ONE V.-FOUR WORKDAYS NO PROOFREADING PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price
_ Amount
- 1. TEXT A. Minor revision 20000 line 20 line
$ ~"
B. Major revision 40000_line 20 line
$~
C. Initial typing 25000 line 50 line D. Scan, revise 30000 line 1 line
.2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 1000 line 1 line
'S B. Major revision 6000 line 1 line S
- c. Initial typing 2000 line 1 line S
D. Scan, revise 1 line 1 line S
10 or more columns
.E. Minor revision 100 line 1 line F.' Major revision 100 line 2 line G. Initial typing 500 line 1 line H. Scan, revise 1 line 1 line
- 3. GREEK / MATHEMATICAL SYMBOLS simple (5 symbols /line)
A. Minor revision 150 line 1 line
$[~
B. Major revision 1000 line 1 line C. Initial typing 1000 line 1 line complex (6 or more symbols /line)
D. Minor revision 250 line S
1 line E. Major revision 2000 line 1 linc F. Initial typing 2000 line 1 line
- 4. - PPINT ONLY HEADERS / FOOTERS
' Single or multiple lines per page A.
Single line 3000 line 1 linc E. Multiple lines 200 line S
1 line
- 5. BROADSIDE H/F's 300 line 1 line
- 6. FORM I.ETTERS 75.page 1 page
- 7. ENVELOPES / LABEL 50 each 1 each 8._ DISKETTE CONVERSION AND VERIFICATION A. Per diskette 20 each.$
0 each
$ N/A
$_N/A B. Per file 20 each 0 each
$[N/A___S_N/A Estimate subtotal 134767 lines 110 lines Total lines (V) 134877 SUBTOTAL:
SUBTOTAL:
RS-ADM-92-312' Page 15 VI. FIVE WOLEDAYS:
YEAR ONE PROOFREADING NO PROOFREADING Est.
Unit Est.
Unit
-Qty.
Unit Price Amount Qty.
Ur.it Price' Amount
- 1. TEXT A.-Minor' revision 5000 line 20 line B. Major revision 10000 line S
20 line
~
C.
Initial typing 25000 line 50 line
-D.
Scan, revise 5000 line 1 line S
- 2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 100 line S
1 line S
~
B. Major revision 6000 line 1 line C.
Initial typing 5000 line 1 line
$[
D. Scan, revise 1 line 1 line 10 or more columns E. Minor revision 100 line 1 line F. Major revision 500 line 1 line G.
Initial typing 1000 line S
1 line H. Scan, revise 1 line 1 line
- 3. GREEK /MATHDd.ATICAL SYMBOLS Simple (5 symbols /line)
A.. Minor revision 100 line 1 line B. Major revision 1000 line- $
1 line S
C.
Initial typing 1000 line S
3 line complex (6 or more symbols /line)
D. Minor revision 250 line 1 line
~
E. Major revision 2000 line 1 line F.
Initial typing
-2000 line 1 line S_ _
4.
PRINT ONLY HEADERS / FOOTERS Single or multiple lines per page 1 line A. Single line 3000 line 1 line B. Multiple lines 200 line
- 5. BROADSIDE H/F's 300 line 1 line 6.
FORM LETTERS 75 page S
1 page 7.
ENVELOPES / LABEL 50 each 1 each
- 8. DISKETTE CONVERSION AND VERIFICATION A. Per diskette 30 each 0 each
$_N/A
$ N/A B. Per file 30 each'- $
0 each
$_N/A
$[N/A Estimate subtotal 67737 lines 110 lines-
~
Total lines (VI) 67847 SUBTCIAL:
SUBTOTAL:
RS-ACM-92-312 Page 16' SGction B VII. OVER FIVE WORKDAYS:
YEAR ONE PROOFREADING NO PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amoura
- 1.. TEXT A. Minor revision 1000 line S
1 line
$ ~
~
B. Major revision 35000 line 20 line C.
Initial typing 25000 line
~~ $_
50 line
~~
D.
Scan, revise 30000 line 1 line S
- 2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 100 line 1 line
.B.
Major revision 1000 line 1 line S
C.
Initial typing 2000 lina 1 line D.
Scan, revise i line 1 line 10 or more columns E. Minor revision 10 line 1 line F. Major revision 100 line 1 line G.
Initial typing 300 line 1 line H.
Scan, revise 1 line 1 line
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Hinor revision 10 line 1 line B. Major revision 1000 line 1 line
~
C.
Initial typing 1000 line 1 line Complex (6 or more symbols /line)
D. Minor revision 250 line l'line
~
E.' Major revision 2000 line 1 line F. Initial typing 100 line 1 line S
4.
PRINT ONLY HEADERS / FOOTERS Single or multiple lines per page A. Single line 2000 line 1 line
~~
B. Multiple lines 200 line 1 line
- 5. BROADSIDE H/F's 300 line 1 line
- 6. FORM LETTERS 75 page S
1 page 7.
ENVELOPES / LABEL 50 each 1 each 8.
DISKETTE CONVERSION AND VERIFICATION A. Per diskette 30 each 0 each
$_N/A
$_N/A U. Por file 30 each O cach
$_N/A
$_N/A
' Estimate subtotal 101557 lines 91 lines Total lines-(VII)- 101648 Total estimate 776139
- 9. MAINTENANCE SUBTOTAL:
SUBTOTAL:
i
p..
RS-ADM-92-312 Page 17 Section B
-I.-SAME DAY / OVERNIGHT / WEEKEND:
YEAR TWO NO PROOFREADING PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount A. Minor revision 7000 line 100 line
- 1. TEXT B. Major revision 10000 line S
100 line C.
Initial typing 2000 line 100 line S
D. Scan, revise 750 line 1 line
- 2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 1000 line 1 line B. Major revision 2000 line S
1 line C.
Initial typing 1000 line 10 line D.
Scan, revise 500 line S
1 line 10 or more columns E. Minor revision 500 line 1 line F. Major revision 500 line 10 line G.
Initial typing 50 line 10 line
$ ~
H. Scan, revise 1 line 1 line
~
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Minor revision 50 line 10 line B. Major revision 100 line 10 lin'e C.
Initial typing 100 line _ $
10 line Complex (6 or more symbols /line)
D. Minor revision-50 line 1 line- $
E. Major revision 100 line 1 line S
F.
2nitial typing 50 line 1 line 4.
PRINT ONLY MEADERS/ FOOTERS SiwJ e_or multiple lines per page 1
A. Singic line 2000 line 1-line S
D. Multiple lines 100 line 1 line 5.
BROADSIDE M/F's 200 line 1 line S
6._ FORM LFTTERS 50 page 1 page 7.
ENVELOPES / LABEL 5 each- $
1 each 8.
DISKETTE CONVERSION AND VERIFICATION A. Per diskette 10 each_ $
0 each
$ N/A
$ N/A
.B. Per file 10 each 0 each
$[N/A
$_N/A f
. Estimate subtotal 28126. lines 374 lines
~
Total lines (I) 28500 SUBTOTAL:
SUBTOTAL:
RS-ADM-92 '*?
Page 18 Scction B II. ONE-WORXDAY:
YEAR-TWO PROOFREADING NO PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price.
Amount Qty.
Unit Price
-Amount
- 1. TEXT 1A. Minor revision 27000 line 20 line B. Major revision 50000 line 20 line C.
Initial typing 12000 line 50 line D.
Scan, revise 10000 line
$l 1 line
- 2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 500 line 1 line B. Major revision 2000 line 1 line
$~
~
-C.
Initial typing 500 line 1 line D.
Scan, revise 1 line 1 line 10 or more columns E. Minor revision 10 line 1 line S
1 line F. Major revision 2000 line S
G.
Initial typing
.500 line 1 31ne H.
Scan, revise 1 line 1 line
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Minor revision 10 line S
1 line B. Major revision 100.line 1 line C.
Initial typing 200 line 1 line complex (6 or more symbols /line)
D. Minor revision 10 line 1 line E. Major revision-100 line 1 line- $
F. Initial typing 100 line 1 line
~
4.
PRINT ONLY HEADERS / FOOTERS Single or multiple lines per page A. Single line 100 line
,9 1 line B. Multiple lines 10 line 1-line 5.' BROADSIDE H/F's 100 line 1 line 6.
FORM LETTERS 50 page l'page 7.
ENVELOPES / LABEL 10 each 1 each
- 8. DISKETTE CONVERSION AND VERIFICATION A.
Per diskette 10 each- $
0 each
$ N/A
$ N/A
~
B.
Per file 10 each 0 each
$[N/A
$_N/A Estimate subtotal 105322 lines 110 lines Total lines (II) 105432 SUBTOTAL:
SUBTOTAL:
RS-ADM-92-312,
Page 19 S ction.3 YEAR TWO III. TWO WORKDAYS:
NO PROOFREADING PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount A. Minor revision 60000 line 20 line 1.-TEXT B. Major revision 80000 line 20 line C.
Initial typing 20000 line 50 line D. Scan, revisc 15000 line S,
1 line
- 2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 4000 line 1 line
~~
B. Major revision 3000 line 1 line C.
Initial typing 2000 line 1 line D.
Scan, revise 1 line 1 line
$~
10 or more columns E. Minor revision 10 line 1 line F. Major revision 1000 line 1 line G. Initial typing 3000 line S
1 line H.
Scan, revise 1 line 1 line
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Hinor revision 10 line 1 line B. Major revision 10 line 1$
1 line S
C.
Initial typing 10 line S
1 line -$
Complex (6 or more symbols /line)
D. Minor revision 1 line 1 line E. Major revision 500 line 1 line
-F.
Initial typing 200 line 1'line 4.
PRINT ONLY MEADERS/ FOOTERS Single or multiple lines per page A. Single line 1000 line 1 line B. Multiple lines 200 line 1 line
- 5. BROADSIDE H/F's 500 line 1 line- $
6.' FORM LETTERS 50 page 1 pnge 7.
ENVELOPES / LABEL 50 each 1 each
- 8. DISKETTE CONVERSION AND VERIFICATION
$_N/A___
A. Per diskette 30 each 0 each
$_N/A_
.S_N/A B. Per file 30 cach 0 each
$_N/A Estimate subtotal ~190603 lines 110 lines Total lines (III) 190713 SUBTOTAL:
SUBTOTAL:
Scction B RS-ADei-92-312 Page 20 YEAR TWO IV. THREE WORKDAYS:
NO PROOFREADING PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount
- 1. TEXT A. Minor revision 35000 line 20 line B. Major revision 60000 line S
20 line C.
Initial typing 15000 linc 50 line D.
Scan, revise 15000 line 1 line
- 2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 1000 line 1 line B. Major revision 1000 line 1 line
~~
C.
Initial typing 2000 line 1 line D. Scan, revise 1 line 1 line 10 or more columns E. Minor revision 10 line 1 line F. Major revision 10 line 1 line G.
Initial typing 500 line 1 line
$~~
H. Scan, revise 1 line 1 line 3.
GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Minor revision 50 line 1 line B. Major ::evision 200 line 1 line C.
Initial typing 200 line 1 line Complex (6 or more symbols /line)
D. Minor revision 100 line
$~
1 line E. Major revision 100 line 1 line F.
Initial typing 100 line S,
1 line 4.
PRINT ONLY HEADERS / FOOTERS Single or multiple lines per page A.
Single line 7000 line 1 line S
B. Multiple lines 200 line 1 line 5.
BROADSIDE H/F's-400 line 1 line 6.
FORM LETT'ERS 50 page 1 page 7.
ENVELOPES / LABEL 50 each 1 each 8.
DISKETTE CONVERSION AND VERIFICATION
$ ~
A.
Per diskette 20 each.$
0 each
$ N/A
$ N/A
~
B.
Per file 20 each 0 each
$[N/A
$_N/A Estimate subtotal 138012 lines 110 lines Total lines (IV) 138122 SUBTOTAL:
SUBTOTAL:
RS-ADM l Page 21
~
Section B
~
V.
FOUR WORKDAYS:
YEAR TWO P
FNM Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount
.A.-Minor revision 20000 line 20 line
-.1.
TEXT B. Major revision 40000 line S
20 line C.
Initial typing 25000 line 50 line D.
Scan, revise 30000 line 1 line L2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 1000 line 1 line B. Major revision 6000 line 1 line
'~
C.
Initial typing 2000 line 1 line D.
Scan, revise 1 line S
1 line 10 or more columns E. Minor revision 100 line 1 line F. Major revision 100 line 1 line S
G.
Initial typing 500 line
$ ~
S 1 line H.
Scan, revise 1 line 1 line
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Minor revision 150 line 1 line B. Major revision 1000 line S
1 line C.
Initial typing 1000 line 1 line Complex (6 or more symbols /line)
D. Minor revision 250 line 1 line- $
E. Major revision 2000 line 1 line F.
Initial typing 2000 line 1 line 4.
PRINT ONLY HEADERS / FOOTERS Singic or multiple lines per page A. Single line 3000'line 1 line. $
B. Multiple lines 200 line 1 line 5.
BROADSIDE H/F's 300 line 1 line S
6.
FORM LUPTERS 75 page 1-page S
7.
ENVELOPES / LABEL 50 each 1 each 8.
DISKETTE CONVERSION AND VERIFICATION
~
A.
Per diskette 20-each 0 each
$_N/A
$ N/A B.
Per file 20 each 0 each
$_N/A
$_N/A Estimate subtotal 134767 lines 110 lines Total lines (V) 134877 SUBTOTAL:
SUBTOTAL:
-RS-ADM-92.M Page 22 Ssetion B VI.-FIVE WORKDAYS:
WO PROOFREADING NO PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount
- 1. TEXT A. Minor revision-5000 line 20 line
-B. Major revision 10000 line 20 line C.. Initial typing 25000'line 50 line-S D.
Scan, revise 5000 line 1 line
- 2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 100 line 1 line B. Major revision 6000 line S
1 line C.
Initial typing 5000 line 1 line S
D. Scan, revise 1 line 1 line 10 or more columns E. Minor revision 100 line 1 line
~-
F. Major revision 500 line S
1 line
$ ~
G.
Initial typing 1000-line S
1 line H. Scan, revise 1 line 1 line
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 synbols/line)
A. Minor revision 100 line 1 line B. Major revision 1000 line 1 line C.
Initial typing 1000 line 1 line Complex-(6 or more symbols /line)
D. Minor revision 250 line S
1 line
~
E. Major revision 2000 line S
1 line F. Initial typing 2000 line 1 line 4.
PRINT ONLY HEADERS / FOOTERS Single or multiple lines per page A. Single line 3000 line S
1 line B.-Multiple lines 200 line 1 line
- 5. BROADSIDE H/F's 300 line 1 line
-6.
FORM LETTERS 75 page 1 page 7.
ENVELOPES / LABEL 50-each 1 each
- 8. DISKETTE. CONVERSION-AND VERIFICATION A. per diskette
-30 each 0 each
$_N/A
$_N/A B.
Per file 30 each 0 each
$_N/A
$_N/A Estimate subtotal 67737' lines 110 lines
-Total lines (VI) 67847 SUBTOTAL:
. SUBTOTAL:
\\
RS-ADM-S 11 2 Page 23 Section B VII. OVER-FIVE WORXDAYS:
YEAR TL'O PROOFREADING NO PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount
- Qty, Unit Price Amount 1.
TEXT A. Minor revision 1000 line 1 line B. Major revision '35000 linc 20 line C.
Initial typing 25000 line 50 line D.
Scan, revisc 30000 line 1 line S
- 2. TABULAR (including ruling)
From 6 to 9 columns 1 line A. Minor revision 100 line S~
1 line B.
Major revision 1000 line C.
Initial typing 2000 line 1 line D.
Scan, revise i line S
1 line 10 or more columns E. Minor revision 10 line 1 line F.
Major revision 100 line 1 line
- c. Initial typing 300 line 1 line S
H.
Scan, revise 1 line S
,S 1 line 3.
GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Minor revision 10 line 1 line S
B.
Major revision 1000 line S
1 line
$~
C.
Initial typing 1000 line 1 line Complex (6 or more symbols /line)
D. Minor revision 250 line 1 lina E.
Major revision 2000 line S~~
1 line
~
F.
Initial typing 100 line 1 line 4.
PRINT ONLY HEADERS / FOOTERS Single or multiple lines por page A.
Single line 2000 line 1 line B.
Multiple lines 200 line 1 line 5.
BROADSIDE H/F's 300 line 1 line 6.
FORM LETTERS 75 page 1 page 7.
ENVELOPES / LABEL 50 each 1 each S.,_ __ __
B.
DISKETTE CONVERSION AND VERIFICATION A.
Per diskette 30 each 0 each
$_N/A
_ $_N/A B.
Per file 30 each 0 each
$_N/A
$_N/A Estimate subtotal 101557 lines 91 lines Total lines (VII) 101648 Total estimate 776139
- 9. MAINTENANCE SUBTOTAL:
SUBTOTAL:
i
RS-ADM: ' '-312 Page 24 Section B 4
I.- SAME DAY / OVERNIGHT / WEEKEND:
YEAR THREE PROOFREADING
-NO PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount
- 1. TEXT A. Minor revision 4000 line 100 line B'.- Mcjor-revision 7000 line 100 line C.
Initial typing 1000 line 100 line
$~
D._ Scan, revise 500 line 1 line
~
- 2. TABULAR (including ruling)
Fron 6 to 9 columns A. Minor revision 700 line 1 line S
- c. Initial typing 700 line 10 line B. Major revision 1000 line S
1 line -
$~
D. Scan, revise 400 line 1 line 10 or more columns E. Minor revision 300 line S
1 line F. Major revision 400 line
.10 line G. Initial typing i line 10 line H. Scan, revisc 1 line 1 line
- 3. GREEK /. MATHEMATICAL SYMBOLS Simple (5 syubols/line)
A. Minor revision 30 line 10 line
$~~~~~~
B. Major revision 50 line 10 line C.
Initial typing 50 line 10 line complex (6 or more symbols /line)
D. Minor revision 50 line 1 line E. Major revision 50 line 1 line S
F. Initial typing 25 line 1 line
- 4. PRINT ONLY HEADERS / FOOTERS Single or multiple lines per page A. Single line 1000 line 1 line
$~~
B. Nultiple lines 50 line 1 line- $
- 5. BROADSIDE H/F's 100 line 1 line 6.
FORM LETTERS-25 page
'S 1 page 7.
DTVELOPES/ LABEL 1 each 1 each 8'. DISKETTE CONVERSION AND VERIFICATION A. Per diskette 5 each 0 each
$_N/A
$_N/A B. Per file 5 each 0 each
$_N/A
$_N/A Estinate subtotal-17443 lines 374 lines Total lines (I) 17817 SUBTOTAL:
SU8 TOTAL:
i
~
RS-ADM-9 11 2 Page 25 i
S:ction B l
YEMR THREE II. ONE WORKDAY:
NO PROOTREADING PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount A. Minor revision 14000 line S
20 line
- 1. TEXT B. Major revision 25000 line 20 line
- c. Initial typing 7000 line 50 line D.
Scan, revise 6000 line 1 line S
- 2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 300 line 1 line B. Mnjor revision 1000 line S
1 line
- c. Initial typing 250 line S
1 line D.
Scan, revise i line S
1 line 10 or more columns E. M4,nor revision 5 line S
1 line F. Major revision 1000 line S
1 line G.
Initial typing 250 line 1 line H. Scan, revise 1 line S
1 line
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Minor revision 5 line S
1 line B. Major revision 50 line 1 line C. Initial typing 100 line S
1 line cocplex (6 or more symbols /line)
D. Minor revision 10 line S
1 line S
E. Major revision 100 line 1 line F.
Initial typing 75 line 1 line
- 4. PRINT ONLY HEADERS / FOOTERS Single or multiple lines per page A. Single line 50 line S
1 line B. Multiple lines 5 line 1 line S
- 5. BROADSIDE H/F's 70 line 1 line 6.
FORM LETTERS 30 page S
1 page h
7.
ENVELOPES /LASEL 5 each 1 each
.i
- 8. DISKETTE CONVERSION AND VERIFICATION A. Per diskette 20 each 0 each
$ N/A
$ N/A 4
B. Per file 20 each 0 each
$[N/A
$[N/A Estimate subtotal 55347 lines 110 lines Total lines (II) 55457 SUBTOTAL:
SUBTOTAL:
\\
RS-ADM
- 312 Page 26 Section B III. TWO WORXDAYS:
YEAR THREE PROOFREADING NO PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount
- 1. TEXT A. Minor revision 40000 line 20 line B. Major revision 50000 lir.c 20 line C.
Initial typing 13000 line 50 line D. Scan, revise 12000 line 1 line
- 2. TABULAR (including Imling)
From 6 to 9 columns A. Hinor revision 2000 line 1 line
~~
B. Major revision 13000 line 1 line C.
Initial typing 1500 line 1 line S
D. Scan, revise 1 line 1 line 10 or more columns E. Minor revision 10 line 1 line F. Major revision 700 line 1 line G.
Initial typirq 2000 line 1 line H<
Scan, revise 1 line 1 line
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Minor revision 10 line 1 line B. Major revision 10 line 1 line S
S C.
Initial typing 10 line S
1 line complex (6 or more symbols /line)
D. Minor revision 1 line 1 line E. Major revision 400 line 1 line F. Initial typing 200 line 1 line 4.
PRINT CNLY HEADERS / FOOTERS Single or multiple lines per page A. Single line 700 line 1 line B. Multiple lines 100 line 1 line
- 5. BROADSIDE H/F's 400 line 1 line 6.
FORM LETTERS 25 page 1 page 7.
ENVELOPES / LABEL 10 each 1 each 8.
DISKETTE CORVERSION AND VERIFICATION A.
Per diskette 40 each 0 each
$_N/A
$_N/A B.
Per file 40 each O each
$_N/A
$_N/A J
/
110 lines Estimate subtotal 136158 lines
/
A Total lines (III) 136268
../
l SUBTOTAL:
$/
SUBTOTAL:
f c
j' 1
RS-ADM-9? -312 Page 27 Saction B j
YEAR THREE IV.-THREE WORKDAYS:
PROOFREADING
.NO PROOFREADING Est.
Unit
-Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount
- 1. TEXT A._ Minor revision 22000 line -$
10 line. $
B. Major revision 40000 line 20 line
- c. Initial typing 9000'line 50 line D.
Scan, revise 10000 line S
1 line
- 2. TABULAR (including ruling)
From 6 to 9 columns
=A. Hinor revision 700 line S
1 line
~ ~ ~ ~ ~ ~
~
B. Major revision 700 line 1 line
~~~
- c. Initial typing 1200 line 1 line S
~
D. Scan, revise 1 line S
1 line S
10 or more columns E. Minor revision 10 line 1 lino F. Major revision 10 line 1 line S
G.
Initial typing 300 line 1 line S
H. Scan, revisc 1 line 1 line
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
_A. Minor revision 50 line S
1 line B. Major revision 100 line 1 line
- c. Initial typing 200 line S
1 1ine S
Complex (6 or more symbols /llne)
D. Minor revision 50 line S
1 line E. Major revision 100 line 1 line G
F. Initial typing 100 line 3 line
. 4. PRINT ONLY HEADERS / FOOTERS
-Single or multiple lines per page A. Single line 3000 line 1 line B. Multiple lines 200 line 1 line 5._ BROADSIDE H/F's 300 line 1 line- $
- 6. FORM LETTERS 25 page 1 page
- 7. ENVELOPES / LABEL
.30 each 1 each 8.
DISKETTE CONVERSION AND VERIFICATION A. Per diskette 40 each 0 each
$_N/A
$_N/A B.
Per file 40 each 0 each
$_N/A
$_N/A Estimate subtotal 88157 lines 100 lines Total lines (IV) 88257 SUBTOTAL:
SUBTOTAL:
RS-ADM-97 '12 Page 28 Ssction B-V. FOUR WORKDAYS YEAR THREE NO PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount
- 1. TEXT-A. Minor revision 12000 line 20 line B. Major revision 30000 line 20 line S
'C.
Initial-typing 15000 line 50 line D. Scan, revisc 15000 line 1 line
- 2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision 700 line 1 line
~~
B. Major revision 3000 line 1 line C.
Initial typing 1500 line 1 line D. Scan, revise 1 line S
1 line 10 or more columns E. Minor revision 100 line 1 line F. Major revision 100 line 1 line S
1 line S-G.
Initial typing 500 line
$~
1 line H. 30an, revise 1 line
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Minor revision 150 line S
1 line B. Major revision 1000 line S
1 line S
~"[
C.
Initial typing 1000 line 1 line Complex (6 or more symbols /line)
D. Minor revision 250 line 1 line E. Major revision 1000 line 1 line F. Initial typing 1000 line 1 line S
- 4. PRINT ONLY HEADERS / FOOTERS Single or multiple lines per page 1A. Single line 2000 line 1 line S
B. Multiple lines 200 line S
1 line R$
- 5. BROADSIDE H/F's 250 line 1 line 6 '. FORM-LETTERS 40 page 1 page- $
- 7. ENVELOPES / LABEL 40 each 1 each
- 0. DISKETTE CONVERSION AND VERIFICATION A.
Per diskette-50 each O cach
$_N/A
$_N/A B. Per file 50 each 0 each
$_N/A-
$_N/A Estimate subtotal 84932 lines 110 lines Total lines (V) 85042 SUBTOTAL:
SUBTOTAL:
=
RS-ADM-92-312 Page 29 Section B-YEAR THREE VI. FIVE WORXDAYS:
PROOFRFADING NO PROOFREADING Est.
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount
- 1. TEXT A. Minor revision 4000 line 20 line B. Major revision 7000 line S
20 line C.' Initial typing 15000-line S
50 line D.
Scan, revise 4000 line 1 line
- 2. TABUIAR (including ruling)
From 6 to 9 columns A. Minor revision 100 line 1 line B. Major revision 4000 line S
1 line
$~
~
C.
Initial typing 3000 line 1 line D.
Scan, revise 1 line 1 line 10 or more columns E. Minor revision 100 line 1 line
~
F. Major revision 500 line 1 line S
-G.
Initial typing 1000 line 1 line H. Scan, revise 1 line 1 line
- 3. GREEK / MATHEMATICAL SYMBOLS Simple (5 symbols /line)
A. Minor revision 100 line 1 line B. Major revision 1000 line 1 line
$ ~
C.
Initial typing 1000 line 1 line Complex (6 or more symbols /line)
D. Minor revision 250 line S
1 line, E. Major revision 1000 line S
1 line F. Initial typing 1000 line S
1 line
$~
- 4. PRINT ONLY HEADERS / FOOTERS Single or multiple lines per page A.
Single line-1500 line S
1 line B. Multiple lines 100 line S
1 line 5.
BROADSIDE H/F's 200 line 1 line 6.
FORM LETTERS 50 page 1 page 7.
ENVELOPES / LABEL 50 each- $_
1.each
- 8. DISKETTE CONVERSION AND VERIFICATION A.
Per diskette 50 each 0 each
$_N/A
$_N/A B.
Per file 50 each 0 each
$_N/A
$_N/A Estimate subtotal 45052 lines 110 lines Total lines (VI) 45162 SUBTOTAL:
SUBTOTAL:
,4
.~
-AL RS-ADM-92-312 Page 30 Saction B VII._OVER FIVE WORKDAYS:
YEAR THREE PROOFREADING NO PROOFREADING Est.-
Unit Est.
Unit Qty.
Unit Price Amount Qty.
Unit Price Amount
- 1. TEXT' A. Minor revision 1000 line 1 line' $
B. Major revision 20000 line 20 line C. Initial typing -12000 line
$L 50 line D. Scan, revise 10000 linc 1 line
- 2. TABULAR (including ruling)
From 6 to 9 columns A. Minor revision
-100 line 1 line B. Mejor revision 500 line 1 line C.
Initial typing 1000 line 1 line D.
Scan, revise 1 line 1 line
-10 or more columns E.TMinor revision 10 line 1 line F._ Major revision 100 line
$~
1 line
$~~
G.
Initial typing 300 line 1 line H. Scan, revise ~
1 line 1 line
- 3. GREEK / MATHEMATICAL SYMBOLS
-Simple (5 symbols /line)
A. Minor revision 10 line 1 line B. Major revision 700 line 1 line C.
Initial typing 700 line 1 line S
Complex (6 or more symbols /line)
D. Minor revision 250 line 1 line
~~
E. Major revision 1200 line 1 line F.EInitial typing 400 line 1 line
-4.
PRINT ONLY HEADERS / FOOTERS Single.or multiple lines per page
-A.
Single line 1200 line 1 line B. Multiple lines 150 line 1 line -$
5.-BROADSIDE H/F's 150 line. $
'l line 6.
FORM LETTERS 50 page- $
1 page 7.
ENVELOPES / LABEL 50 each 1 each
- 8. DISKEPTE CONVERSION AND VERIFICATION -
A. Per. diskette 40 each- $
0 each
$ N/A-
$ N/A
- B. Per file.
140.cach O each
$[N/A
$[N/A
~
' Estimate subtotal 49952 lines 91 lines =
Total lines (VII) 50043 Tota'l estimate 476046 9.~ MAINTENANCE 1
SUBTOTAL:
SUBTOTAL:
4
Page 31 50ction B RS-M "92~
i
- b. ' Orders will be issued for work required by the NRC in accordance with 52.216 Ordering. Only Contracting Officers of the NRC or other individuals. specifically authorized under this contract may authorize the initiation of work under this contract.
The provisions of this contract shall. govern all orders issued hereunder.
[End of Clause)
CONSIDERATION AND OBLIGATION--DELIVERY ORDERS B.4 (JUN 1988)
The total estimated amount of this contract (celling) for a.
the products / services ordered, delivered, and accepted under this The Contracting Officer may unilaterally contract is increase this amount as necessary for orders to be placed with the contractor during the contract period provided such orders are within any maximum ordering limitation prescribed under this
- contract, b.
The amount presently obligated with respect to this contract i s ___
- The Contracting Officer may issue orders for work up.
to amount presently obligated. This obligated amount may be unilaterally increased from time to time by the Contracting Officer by written modification to this contract.
The obligated amount shall, at no time, exceed the contract ceiling as specified in paragraph a above. When and it the amount (s) paid and payable to the Contractor hereunder. shall equal the obligated amount, the Contractor shall not be obligated to continue performance of the work unless and until the Contracting Officer shall increase the amount obligated with respect to this contract. Any work undertaken by the Contractor in excess of the obligated amount specified above is done so at the Contractor's sole risk.
[End of Clause)
l Page 32 l
RS-ADM-92-312 S;cticn C SECTION C - DESCRIPTION / SPECIFICATIONS /VORK STATEMENT C.1 STATEMENT OF WORK C.1.1.
BACKGROUND The Electronic Text Processing Section (ETPS) of the U. S. Nuclear Regulatory Commission (NRC) receives documents from all of the NRC's offices to process through its automated word processing systems and prepares a final, camera-ready copy for publishing.
Approximately one-third of this work is processed by a Contractor so that NRC schedules can be met.
For its word processing service, NRC currently uses an IBM 5520 Administrative System for 85%'of the work, as well as personal computers, using Wordperfect 5.0 and/or 5.1, for the remaining 15%
of the work.
As the NRC is moving toward replacing the IBM 5520 Administrative System with personal computers using Wordperfect 5.0 and/or 5.1 over the period of performance of this contract, the percentage of word processing service via the IBM 5520 Administrative System will decrease and the percentage of word processing service via the personal computer / Wordperfect will increase.
C.I.2.
ORDERING PROCEDURES All services to be furnished under this contract shall be ordered by issuance of Work Orders, NRC Form 302, (refer to Section J -'
List of Attachments) by the individuals designated in Section G.1
- Project Officer Authority of the contract.
Such orders may be issued from the effective date of the contract through the end of the period of performance.
All work orders are subject to the terms and conditions of this contract.
In the event of conflict between a work order and this contract, the contract shall control. The Work Order specifies the type of service the Contractor shall perform and the date the completed work shall be returned to the NRC. Work Orders may be issued at the sole option of the NRC.
A work order is considered " issued" when the Contractor picks up the work order. The NRC reserves the right to withdraw a work order from the Contractor at any time and the Contractor will be paid for any work already performed on the work order.
The Contractor shall be obligated to perform the services specified in each Work Order issued during the term of this contract unless a task is rejected because of illegible handwriting.
If rejected, the Contractor shall within two hours of receiving a Work Order givc oral or written notification of such rejection to the Project Officer.
The Contractor's oral rejection of any Work Order shall be followed up in writing to the i
x.
9 g...
m 4
.v-sr w i
4e a4
- a. 2
(,-a.4
-.9:.
se
.e 4 s
-.L..r x-at-.-
u a
. we Page.33
_: RS_ADM-92-312 Section_Cl Project Officer within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> and shall specify'the' reason (s)
- for the rejection.
C.1.3.
SCOPE OF WORK Upon. receipt.-of a Work Order, the Contractor shall. furnish ~ all
- i
~
f acilities, equipment,- materials, labor, and miscellaneous supplies and services, including transportation for' pickup. and'.
delivery, required to perform word processing'and other related -
1
~
services for the ETPS.
The Contractor shall use only qualified and competent personnel fully. trained in proofreading and word processing in the performance of the work hereunder and shall perform the services in accordance with the instructions provided on the Work Order, the quality standards, specified in " Quality Standards for Completed Work," and the coding / formatting / printing' standards' specified belowi
-c It shall be the responsibility of the Contractor to assure that someone-in its employ (not'an answering service) is available to accept oral (telephone) Work Orders and answer: work status inquiries from the ordering.of fice between 7:30 a.mL and 4:30:p.m.
on each of the NRC'sl regular workdays. Any service required under this contract may be' ordereti'by a telephone call to the Contractor from the Project Officer or designated representatives.
- Prior to transmittal of a Work Order to the' Contractor,. the Project Officer or the designated representatives may place a telephone call to the Contractor to advise that a written Work Order will be forthcoming.-
The writtenLWork Order-shall.
o accompany the work and be dated'and consecutively numbered, be made a part of the contract file, and shall set-forthithe following information as applicable:
iL 1.
services being ordered 2.
delivery-date required 3.
the-format to be-used-4.
what to name the document on-the systemc
' 5.
-the expected pricing categories to be used 6.
line spacing and paper size 7.
diskette ID, if-applicable,cand.
8.
any special instructions or requirements, including.the-names, locations, and' telephone numbers of NRC personnel J
to be contacted with regard tolthe' services ordered.
C.I.4.
QUALITY STANDARDS FOR. COMPLETED WORK The' documents word processed hereunder shall-be of the highest e'
quality.in every respect: '~ error free, clean clearly legible, o
free.of smears, smudges',- or. foreign mater _tal,'and' suitable for electrostatic copying, and/or, subsequent plate-making for-lithographic (offset) duplication.
s, The Contractor shall comply with'all instructions set forth on the, t
s
?
,r
= *'
=-
r=*<
~
i,r
's**
-- *-* * ++- -* -
-+
-~
Page 34-RS-ADM-92-312-Secticn C Work Order.
The Contractor shall update the table of contents to reflect the section headings of the reports, and prepare a table of-contents when requested for documents that have none.
All work performed shall be under the tecnnical supervision of the Contractor. In the event a subcontractor is used on this contract, the prime Contractor shall ensure that all terms and conditions are met.
C.).5.
EQUIPMENT REQUIREMENTS For word processing, ETPS uses the IBM 5520 Administrative System (a shared-logic system) with IBM 5253 display terminals, IBM 5258 ink-Jet printer, and telecommunication lines connected to the 5525 central processing unit. This IBM 5520 Administrative System presently uses sof tware release 5611-552, Release 3, Hod.
2.
ETPS also uses IBM PC's and IBM PS-2's using Wordperfect software for word processing input, revision, conversion between Wordperfect and the IBM 5520 Administration System, and printing on Hewlett Packard Lt.serjet 110. A optical character reader (scanner) is connected to one of the PC's for word processing.
The stored version of work to be processed by the Contractor will be telecommunicated (transmitted) between ETPS' IBM 5520 Administration System and the Contractor's equipment.
In some cases, the stored version will have been archived onto in IBM 5520 8-inch diskette and the diskette will be sent to the Contractor along with the hard copy submitted. The Contractor shall have un hand, prior to the award of the contract, equipment which meets or exceeds the following minimum functional requirements and specifications.
A.
The Contractor's equipment must be able to receive, recognize, and revise NRC documents, and transmit the completed documents to the ETPS' IBM 5520 Administrative System so that there shall be no need for either the NRC or the Contractor-to change, alter, modify,-delete, or retype any of the following coded symbols, characters, functions, or embedded instructions.
1.
- greek and math symbols 2.
required spaces 3.
required returns 4.-
required hyphens 5.
required tabs 6.
regular tabs for charts - shall not be converted to spaces 7.
decimal tabs 8.
centering-9.
text underscore 10.
super-and sub-script alpha and numeric characters 11.
embedded instructions, such as:
" skip to a designated line a.
b.
" keep" these lines together - do not break when d
Section C RS-ADM-92-312 adjusting page lengths (pagination).
B.
The Contractor's equipment shall also be able to receive, recognize, and transmit the formatting information (transparent from the text on each page) so that there shall be no need for either ETPS or the Contractor to change, alter, modify, delete, retype, or reformat the following:
1.
header and footer information (automatic page numbers, current system date, system document name, document -title.
(other than system document name,) reference numbers, etc.).
2.
primary format with parameters assigned for the whole document, and alternate format within the document that specify:
left and right margins, tabs, line spacing a.
b.
first line for header and beginning of text and last line for end of text and footer right margin justification - spaces shall be c.
inserted automatically when the document prints and the spaces shall not display on the screen d.
page numbers to be printed at the top or bottom-of the page in the left, right or center position - on all pages, or on all but the first page to begin page numbering (e.g., start numbering with e.
page number 1 on page 5 of the stored version) f.
printer paper drawer source:
top or bottom drawer; or bottom drawer for the first page and top drawer-for all other pages (e.g., to print first page on letterhead) 9 line numbering at right or left margins h.
stop printer-instructions: to stop the printer for inserting special paper.
3.
individual page format changes to-specify:
changing paper drawer source (e.g., to print on 14 x a.
8.5" paper or letterhead from bottom drawer) b.
roman numeral page numbers on front matter of document (e.g., table of contents, abstract, etc.)
c.
resumption of automatic page' numbering.
4.
line format changes within a page to change margins, tabs, line spacing, and no adjustment.of line endings.
5.
format changes for footnotes to specify:
a.
which method is to be used for' footnote references (alpha, cumeric, or other designation) b.
where the footnote will be placed in paginating and-printing _the document.
C.
The Contractor's equipment shall have a keyboard that matches
Page 36 l
RS-ADM-92-312 Section C l
the ETPS' IBM 5520 Administrative System keyboard so that there shall be no need for either ETPS or the Contractor to change, alter, modify, delete or retype any of the keyboard characters.
ETPS uses a 96-character keyboard.
Refer to Section J - List of Attachments for a sample copy of the ETPS' IBM 5520 Administrative System keyboard and the positions of all keyboard characters.
D.
The Contractor's equipment shall be able to match the ink jet print of NRC documents so that all document sections look identical.
The NRC uses an IBM 5258 ink-jet printer to print all final documents, and draft documents with special format or unique character requirements. These documents may contain several sections and range up to 600 pages. The NRC also uses an IBM 6670 information processor or an IBM 5219 impact printer for drafts.
The 5258 ink-jet printer contains the following type styles:
1.
Letter Gothic - 12 pitch 2.
Symbol - 12 pitch 3.
Prestige Elite - 12 pitch E.
The Contractor's equipment shall be able to match the type of the NRC's laser printers for printing Wordperfect documents.
Laser printers shall be Hewlett Packard Laserjet IID-compatible, able to print using " Letter Gothic, Thames Roman, and Courier" fonts as well as greek and math symbols.
F.
The Contractor's equipment shall be able to transmit the document with its name so the NRC can recognize the document as it is being retrieved, delete.the old stored version, and use the same name on the updated version.
G.
The Contractor's equipment shall be able to receive and store up to at least 1,000 pages of text during transmission so that ETPS can transmit all documents in its IBM 5520 Administrative System to the Contractor's mailbox, thereby eliminating any need to split up documents and transmit them to several mailboxes.
H.
The Contractor's equipment shall be able to transmit the document to that ETPS receives the document exactly as it is j
shown on the printed copy. The page number on the printed copy must match the page number of the stored version.
I.
The Contractor shall perform optical character reading (scanning) that shall recognize typewritten text of:
1.
type styles of 12 pitch - letter gothic and prestige elite; 10 pitch - courier 2.
different spacing on any page (single, 1\\, double, triple) 3.
underscores
~-
RS-ADM-92-312 Section C l
f 4.
tabs - to separate columns of numbers 5.
copied documents (" Xerox" copy) 6.
tapact, ink jet and laser print J.
The Contractor shall have a telecommunication modem that is compatible with the NRC's Western Electric 201C switched modem J
with a speed of 2400 bits per second, and strapping options of:
i 1.
Al Transmitter timing - internal 2.
B4 Auto answer controlled by DTR only 1
3.
C5 Ring indicator on EIA Interface Pin 22 4.
D7 Continuous receiver bit clock in 5.
E9 EIA Interface Pin 18 initiates local analog loop back J
6.
Fil Signal ground connected to frame ground The Contractor s, hall also have an autocall unit that automatically dlals the telephone numbers of the ETPS' IBM
$520 Administrative System.
This equipment will be used for telecommunicating documents i
between E1PS' IBM 5520 Administrative System and the Contractor's aquipment.
c.1.6.
SPEClf!Ciul0NS A.
Submission of Documents Documents to be word processed will be submitted to the Contractor in various forms:
1.
For first-time typing:
handwritten and-rough draft-typewritten.
2 For scanning into system using an optical character reader: typewritten originals or photocopies of documents.
For drafts marked in other than red felt-tip pen, the original and a marked up draft will be submitted together, whenever possible.
3.
For revision:
typewritten documents with changes that may have been cut and pasted with-several-inserts and
+
l deletions.
Stored version of the !BM $520 Administrative' System documents will be transmitted to the Contractor's l
equipment, or archived onto 8" diskettes which accompany I
the Work Order.
Stored version of work may also be sent to the Contractor on 5-1/4" or 3-1/2"_ diskettes using Wordperfect.
(Inserts may have been transmitted to the ETPS' IBM 5520 Administrative System from various NRC systems.
The Contractor shall " clean up" this material.
See " Definition of Terms" below for an explanation of
" clean up.")
B.
Categories of Services Requested:
1.
Type rough drafts (with no proofreading required) l
RS-ADH-92-312 Section C 2.
Type and proofread 3.
Scan and revise with proofreading 4.
Revise and proofread changes only 5.
Type and proof read; minor markups are acceptable 6.
Revise and proofread, minor markups are acceptable 7.
Olskette conversion (diskette sizes 8", 5-1/4", and 3-1/2")
8.
Print footers C.
Format Instructions 1.
A Format Handbook will be supplied to the Contractor that contains frequently used formats, specifying the paper size, line sp. icing, typestyla, etc.
The NRC Editorial style Guide (N9 REG-1379) shall be used as the reference to publication style.
2.
Line endings shall be as close as possible to the right margin specified in the document format.
To accomplish 5
this, hyphenate frequently at the right margin using an adjust zone of 3.
3.
Existing tables of contents shall be updated to reflect changes in document headings and the page numbers where the headings appear. The Contractor shall create a table of contents for documents when requested.
4.
Footer information - Page numbers, the name of the document, and, es needed, the section of the report must appear at bottom of each page (create in the footer parameter of the document format.) Exception is " final, e
final" where the section number will not appear.
5.
The paper copy shall be printed using the following typestyles: 12 pitch letter gothic, prestige elite or symbol on the IBM 5258 ink jet printer or 5219 impact printer, or letter gothic, courier, or Thames Roman on the Hewlett Packard laserjet IID printer.
Substit.ution of type styles ordered shall not be made without the prior approval of the Project Officer.
6.
Paper (white writing sub 40 paper B x 11" and B\\ x 14")
shall oe supplied by the Contractor.
NRC letterhead, logos, and oversize paper shall be furnished by HRC.
Charts and tables will occasionally be requested to be printed horizontally on 8\\ x 14" paper.
7.
Imprint on paper using a printer that matches the ink-jet print of an IBM ink jet printer and an Hewlett Packard Laserjet, whichever is requested.
D.
Document Delivery The Contractor shall refer to subsection F.3 for specific delivery requirements and shal? de11ver the completed project that I
______________j
R$-ADM-92-312 Section C will include the following:
1.
The entire copy of the report submitted to the Contractor.
2.
One original printed copy of the completed work.
3.
A file copy - An updated copy of the first and last paje of the document, showing title, date, work order number, originator's name and Contractor contact for each jab processed.
4.
The updated stored version of the document.
The Contractor shall trar. smit the stored version of the completed work to the ETPS' IBM 5520 Administrative System by the time the printed copy -is delivered to NRC.
At their discretion, ETPS may send IBM 5520 Administrative System documents archived onto 8" diskettes and request the Contractor to return the revised documents re-archived onto 8" diskettes, with an updated, alphabetized list of the diskette contents.
If the telecommunication function is "down," document (s) shall be archived onto double denstty (2D) 8" diskettes that are IBM 5520 Administrative System compatible. A list of diskette contents shall be inserted in the diskette jacket and returned with the printed copy.
Updated stored verstor; of Wordperfect documents on 5-1/4" or 3-1/2" diskettes submitted.
~
5.
The Work Order submitted to the Contractor shall be completed with the costs for processing the work. The Contractor shall complete legibly the bottom half of the Work Order with the number.of pages processed, number of lines por page, cost categories used, total number of linas processed, and total cost, and return the Work Order with the completed project.
Under the " number of pages" column, anything less than 1/2 page equals 1/2 a page.
C.2 DEFINITION OF TEPJ15
(
1.
Broadside - A broadside page is one designed to be read t
normally when the page is turned 90 degrees to the right.
Wide figures and tables are often printed broadside.
The left side of a broadside figure or table is the bottom.of a vertical page.
2.
Broadside header / footer - Broadside pages must be repositioned l
in the printer drawer in order to print headers and footers l
(including page numbers) at the top and bottom, respectively, of a vertical page.
Printing heac'ers and footers on broadside pages shall be charged at a per line rate.
For example, a one-line footer printed en 10 broadside i
i I
Page 40 RS-ADH-92-312 Section C pages equah 10 lines.
See Category 5 in Section B.3.
3.
Clean t.p - Documents frem NRC word processing systems shall be converted to the ETPS' IBM ES20 Administrative Systu.
The Contractor shall reformat line spacina line length, headers and footers, reset tabs, margins, ann rer,ey symbols and i
equations.
Clean up shall be charged at the rates for minor or major revisions (see Section B.3.)
4.
Comparative text - A method of showing where changes have been made to a document.
The text to be deleted is hyphenated throtagh (-t4+) and text to oe added is underscored (an).
For example, "This[pHvate)p_ublic issue shall be discussed (soon) at a later date."
Revisions shall be charged at the rates for minor or major revisior. (see Section B.3.)
5.
Diskette conversion and verificat. ion - The Contractor shall be
~
able to convert complete diskettes or diskette files to and from an IBM PC and an IBM 5520 Administrative System using Displaywrite 4, Wordperfect and ASCII formats and verify that the t'ata converted is in revisable form.
6.
Distribution - Distribution on the ETPS' IBM 5520 Administrative System is synonymous with transmission or telecommunications.
Distribution profiles shall be b
established betwen ETPS' IBM 5520 Administrative System and the Contractor's equipment to transmit documents between systems.
7.
Draft - A document usually prepared in 1-1/2 spacing that will be revised several times with tables and figures placed at the end of each secthn, unless ntherwise regt'ested.
8.
Formats - Samples of ETPS formats, plus instructions for margins, line spacing, page numbering, etc., are described in the M C's " Format Handbook." Each format is numbered for easy reference.
9.
Final, final - A document that is camera-ready for publishing in which tables and figures are placed immediately after where first mentioned in the text, unless otherwise requested.
Also, the footer may change to include only the document title andthepagenumbers. The section number will not appear in the " final footer.
- 10. Header / footer - Information that is put at the bottom (footer) or top (header) of each page. This information could include the page number, document title, o~ other identifier.
The rates as set torth in Section 11.3 shall be used for printing pages with revisions to headers / footers only.
There shall be no revisions to th'e text on the pages requiring printing.
- 11. Initia'. typing - Typing docnent for first time to store text on magnetit media.
l
Page 41 RS-ADM-92-312 Soction C l
- 12. Lines per page - For consistency in determining lines for different size pages, the following standards are to be used, paper Spacing Sin Single lh Double 8 x 11 51 34 25 Sh x 14 67 45 34
- 13. Pricing computation - The number of days taken to process a job is counted from the day after the job was sent to the Contractor to the day the job is delivered to NRC.
Examples:
a job sent on Honday, delivered on Tuesday = 1 day; a job sent on Honday, delivered the following Honday = 5 days; a job 3ent out Monday morning regt.ested for Tuesday morning = 1 day.
Overnight delivery = work submitted to the Contractor during the afternoon of one workday must be delivered to the NRC by the rnorning of the next workday.
When corputing page costs on work orders, anything less than h a page equals a page.
Computations may include one-helf of a line.
- 14. Proofreading - Compare the word processed dncument with the document submitted to the Contractor for: tyr.og raphical, spelling, abbreviation, punctuation, format and word-division Use Webster's New Collegiate Dvtionary,1979 errors.
edition, GPO Style Guide, and the NRC Editorial Style Guide for reference.
The typed document must conform to the format and special instructions specified on the Work Order.
The corrections shall be made before returning the work to NRC, unless requested otherwise.
The table of contents as created or revised must reflect the section headings and pace numbers cf the document.
- 15. Revisions / major - Major changes to text already stored on magnetic media.
Revisions are mainly sentence ano paragraph changs throughout each page, with several insertions, deletions and rearrangement of text, figures, or tables.
This also includes major clean up of format and codes comnunicated or converted from " incompatible" systems.
- 16. Revisions / minor - Minor changes to text already stored on magnetic media.
Revisions are character or word changes, and tnajor deletions, which includes changing page and line lengths throughout the document.
This category also includes minor a
clean up to conversion work, U. Rough draf t - Documents submitted in very rough form, occasionally does not require proofreading.
- 18. Scan - Typewritten text submitted in various typestyles (12 m
4
Page 42 Section C RS-ADM-92-312 pitch - letter gothic and prestige elite; 10 pitch - courier) i that shall be scanned into the system, using an optical character reader, and proofread to clean up misread data.
- 19. Transmission - Information that is transmitted over telephone lines through modems between the ETPS's IBM 5520 This is Administrative System and the Contractor's equipment.
synonymous with distribution and telecommunications
- 20. Type, Proofread, Hinor Markups OK - Documents requested under this category do not have to have pages reprinted af ter proofreading when corrections are minor (3-4 marked up items par page).
[End of U,'es']
f
^ ^ ~ "
Page 43 Section D RS-ADM-92-312 SECTION D - PACFAGING AND PARKING 0.1 pACrJGING AND PARKING (PAR 1987)
The Contractor shall package material for shipment to the NRC in such a manner that will ensure acceptance by common carrier and safe delivery at destination, Containers and closures shall cortply with the Interstate Commerce Commission Regulations, Uniform Freight Classification Rules, or regulations of other On the carriers as applicable to the mode of transportation.
f ront of the package, the Contractor shall clearly identify the contract number under which the product is being provided.
[EndofClause)
--'--*.m--
^~"--
RS-ADM-92-312 Section E l
SECTION E - INSPECTION AND ACCEPTANCE E.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text available.
NUMBER TITLE DATE 52.246-4 INSPECTION OF SERVICES APR 1984
- FIXED-PRICE
[EndofClause)
E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR'1987)
Int,pection and acceptance of the deliverable items to be furnished hereunder shall be made by the Project Officer at the destination.
(EndofClause]
i 7
3 I
S v.
u,.--_.-
.m.-.+wv 3s-
-w-.
-.a-.--r
-. --J
-.... ~.,,,,
~r--,. -.
- Page 45 Section F RS-ADM-92-312 i
SECTION F - DELIVERIES OR PERFORMANCE F.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 1 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.
Upon request, the Contracting Of ficer will make their full text available, DATE NUMBER TITLE AUG 1989 52.212-13 STOP-WORK ORDER
[EndofClause]
F.2 DURATION OF CONTRACT PERIOD (MAR 1987)
ALTERNATE IV (JUN 1988)
The ordering period for this contract shall commence on Any orders issued during this period and will expire on shall be completed within the time specified in the order, unless otherwise specified herein.
(See 52.216 Ordering.) The term of this contract may be extended at the option of the Government for an additional
[EndofClause)
F.3 PICKUP AND DELIVERY The Contractor shall-pick up and deliver work twice per day 1.
(before 10 a.m. and before 3:00 p.m.) at " point of origin" as designated below unless no request for service has been made.
The Contractor will pick up the written Work Order, source materials, instructions, and any Government-furnished property.
The stored version of revision work will be telecommunicated from ETPS' IBM 5520 Administrative System to the Contractor's equipment for retrieval.
Otskettes containing the stored version may be furnished to the Contractor instead of telecommunicating the work, Special pickups during Government workdays from 7:30 a.m. to 2.
4:30 p.m. may be requested.
Pickup or delivery shall be made within two hours after such telephone requests have been made.
The work will be processed and.the finished product will be 3.
delivered, together with all the source materials submitted, to the point of origin within the date and time specified on the work order.
All returned material must be in the proper sequence, unmut11ated, and in as good condition'as when submitted.
l Page 46 i
RS-ADM-92-312 Soction F 4.
The stored version of the delivered printed copy shall be telecommunicated back to the ETPS' IBM 5520 Administrative System by the time the work is delivered.
NRC may request the stored version to be archived onto 8" diskettes for retrieval by ETPS's IBM 5520 Administrative System and returned with the printed copy.
5.
Overnight or weekend delivery means that work submitted to the Contractor during the afternoon of one workday must be delivered to the NRC during the first pickup time of the next workday.
6.
Point of Origin:
U.S.
Nuclear Regulatory Commission Attn:
Electronic Text P ocessing Section Division of Freedom of Information & Publication Services 11155 Rockville Pike (Room *)
Rockville, MD Voice Telephone:
(End of Clause)
F.4 INSPECTION AND REVIEW OF WORK 1.
Prior to Delivery The NRC reserves the right to make periodic on-site inspections in accordance with Clause No. 52.246-4 entitled
" Inspection of Services - Fixed Price." It shall be expressly understood that such inspections shall not constitute acceptance by the Government of any part of the work, but shall take place to coordinate technical guidance in interpretation of technical requirements.
2.
After Delivery a.
All inspections, acceptance, and rejection decisions shall be made at destination by the Project Officer or designated representative, when the material is delivered to the NRC.
b.
Upon receipt of all deliverable items specified, the Project Officer or designated representative shall inspect each item for compliance with the specifications contained herein.
(EndofClause)
F.5 POOR WORKKANSHIP AND/OR FAILURE TO MEET DEADLINES The Project Officer shall. be the sole judge of the quality of work performed. Work not in accordance with the specifications stated herein or of unacceptable quality shall be rejected and l
l
Section F RS-ADM-92-312 reported to the Contrar. tor within five working days of receipt by NRC.
The Contractnr shall, at no additional expense to the Government, promptly pick up the rejected work, make the necessary corrections or redo the work, and return the corrected or redone work in accordance with the pickup and delivery requirements set forth above.
Alternatively the NRC may, because of required deadlines when it is not possible to wait for the Contractor to pick up, correct, and deliver the rejected work, elect to correct certain pages of the work with its own forces and facilities.
The cost for the pages of work redone will be deducted from the work order and invoice of the Contractor at the unit price for the category of work redone as specified in Section B.3.
In the event NRC must print work processed by the Contractor
' because the Contractor's printers are "down", the cost will be reduced by 10% of the total price of the work order, plus the cost for the pages of work redone due to proofreading or format errors.
In the event a delay is caused by any action of the Government, and the Contractor cannot meet the original delivery date, the delivery date shall be extended by the number of working days that the work was delayed by the Government.
Failure to understand any part hereof, or the individual instructions of any Work Order placed or issued hereunder, shall not entitle the Contractor to an adjustment in price.
Under such circumstances, the Contractor shall call the point of origin identified above for a clarification of instructions or work.
(End of Clause) 4
Page 48 l
Section G RS-ADM-92-312 SECTION G - CONTRACT ADMINISTRATION DATA G.1 PROJECT OFFICER AUTHORITY (KAR 1987)
ALTERNATE I (KAR 1987)
(a) The Contracting Officer's authorized representative hereinafter refer ed to as the Project Officer for this contract is:
Name:
Address:
Telephone Number:
(b) The Project Officer is responsible for:
(1) Placing Delivery Orders for items required under this contract.
(2) Monitoring Contractor performance and recommending to the Contracting Of ficer changes in requirements.
(3)
Inspecting and accepting products / services provided under the contract.
(4) Reviewing all Contractor invoices / vouchers requesting payment for prodtets/ services provided under the contract and making recommendations for approval, disapproval, or suspension.
(c) The Project Officer is not authorized to make changes to the express terms and conditions of this contract.
[EndofClause)
G.2 ORDERING PROCEDURES (MAY 1993) a.
In addition to the contracting officer, contract administrator, and project officer, the following individuals are authorized to issue delivery orders under this contract:
a b.
All delivery orders shall be prepared in accordance with FAR 16.506 and may be issued in writing, orally, or by written telecommunications.
i
______m.---_-___-m____
-__.__-.u---__
m.
______.:___________U
RS-ADM-92-312 SCCtion G
[EndofClause]
G.3 REMITTANCE ADDRESS (MAR 1987)
If item 150, of the Standard Form 33 has been checked, enter the remittance address below:
Name:
Address:
[EndofClause]
P P
\\
D
Page 50 Section H RS-ADM-92-312 SECTION H - SPECIAL CONTRACT REQUIREMENTS H.1 PRIVATE USE OF CONTRACT INFORMATION AND DATA (JUN 1988)
Except as specifically authorized by this contract, or as otherwise approved by the Contracting Officer, information and other data developed or acquired by or furnished to the Contractor in the performance of this contract shall be used only in connection with the work under this contract.
[EndofClause)
H.2 OETERMINATION OF HINIMUM WAGES AND FRINGE BENEFITS (NOV 1989)
Each employee of the Contractor or any subcontractor performing services under this contract shall be paid at least the minimum allowable monetary wage and fringe benefits prescribed under the U.S. Department of Labor Wage Determination Number which is attached (See Section J for List of Attachments).
[EndofClause)
H.3 GOVERNMENT FURNISHED EQUIPMENT / PROPERTY (JUNE 1988)
The NRC will provide the contractor with the following items a.
for use under this contract:
1.
NRC Letterhead 2.
Typing mats, logos, or guides 3.
Other specially printed paper 4.
Diskettes to retrieve the stored version of revision work, to archive completed work, and to convert PC files to or from the IBM 5520 Administrattave System.
(Diskette sizes: 8", 5-1/4", and 3-1/2".)
b.
Only the equipment / property listed above in the quantities shown will be provided by the Government.
This property is subject to the provisions of the Government Property clause under this contract. All other equipment / property required in performance of the contract shall be furnished by the Contractor.
-(EndofClause)
H.4 DENIAL OF FEDERAL BENEFITS TO INDIVIDUALS CONVICTED OF DRUG TRAFFICKING OR POSSESSION (SEP 1990)
In the event that an award is made to an individual,Section I
5301 of the Anti-Drug Abuse Act of 1988 (P.L.100-690) may be l
cause for denial of specific benefits to individuah convicted of L
drug trafficking or possession.
l L
R$-ADM-92-312 Section H
[EndofClause)
(
\\
i
Page 52 RS-ADH-92-312 Section I PART II - CONTRACT CLAUSES SECTION I - CONTRACT CLAVSES I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text available.
I.
FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER TITLE DATE 52.202-1 DEFINITIONS APR 1984 52.203-1 0FFICIALS NOT TO BENEFIT APR 1984 52.203-3 GRATUITIES APR 1984 52.203-5 COVENANT AGAINST CONTINGENT FEES APR 1984 52.203-6 RESTRICTIONS ON SUBCONTRACTOR JUL 1985 SALES TO THE GOVERNMENT 52.203-7 ANTI-KICKBACK PROCEDURES OCT 1988 52.203-12 LIMITATION ON PAYMENTS TO JAN 1990 INFLUENCE CERTAIN FEDERAL TRANSACTIONS 52.209-6 PROTECTING THE GOVERNMENT'S JUN 1991 INTEREST VHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.214-26 AUDIT - SEALED BIDDING APR 1985 52.214-27 PRICE REDUCTION FOR DEFECTIVE JAN 1991 COST OR PRICING DATA
- MODIFICATIONS - SEALED BIDDING 52.214-28
$UBCON1RACTOR COST OR PRICING APR 1985 DATA - MODIFICATIONS - SEALED-BIDDING 52.214-29 ORDER OF PRECEDENCE JAN 1986
- SEALED BIDDING 52.219-8 UTILIZATION OF SMALL BUSINESS FEB 1990 CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS 52.219-13 UTILIZATION OF WOMEN-0WNED AUG 1986 SHALL BUSINESSES 52.220-3 UTILIZATION OF LABOR SURPLUS APR 1984 AREA CONCERNS 52.222-1 NOTICE TO THE GOVERNMENT APR 1984 0F LABOR DISPUTES 52.222-3 CONVICT LABOR-APR 1984 52.222-26 EQUAL OPPORTUNITY APR 1984 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL APR 1984 DISABLED AND VIETNAM ERA VETERANS 4
-w w,
y
I Page 53 RS-ADM-92-312 Soction 1 52.222-36 AFFIRKATIVE ACTION FOR APR 1984 HANDICAPPED WORKERS 52.222-37 EMPLOYMENT REPORTS ON SPECIAL JAN 1988 DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA 52.222-41 SERVICE CONTRACT ACT OF 1965, MAY 1989 AS AMENDED 52.222-43 FAIR LABOR STANDARDS ACT MAY 1989 AND SERVICE CONTRACT ACT--PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) 52.223-2 CLEAN AIR AND WATER APR 1984 52.223-6 ORUG-FREE WORKPLACE JUL 1990 52.225-11 RESTRICTIONS ON CERTAIN FOREIGN APR 1991 PURCHASES 52.227-1 AUTHORIZATION AND CONSENT APN 1984 52.227-2 NOTICC AND ASSISTANCE REGARDING APR 1984 PATENT AND COPYRIGHT INFRINGEMENT 52.229-3 FEDERAL, STATE, AND LOCAL TAXES JAN 1991 52.229-5 TAXES - CONTRACTS PERFORMED APR 1984 IN U.S. POSSESSIONS OR PUERTO RICO 52.232-1 PAYMENTS APR 1984 52.232-8 DISCOUNTS FOR PROMPT PAYMENT APR 1989 52.232-11 EXTRAS APR 1984 JAN 1991 52.232-17 INTEREST JAN 1986 52.232-23 ASSIGNMENT OF CLAIMS 52.232-25 PROMPT PAYMENT APR1989 52.232-28 ELECTRONIC FUNDS TRANSFER APR 1989 PAYMENT METHODS 52.233-1 DISPUTES Alternate I ( APR 1984)
APR 1934 52.233-3 PROTEST AFTER AWARD AUG 1989 52.237-3 CONTINUITY OF SERVICES JAN 1991 52.242-13 BANKRUPTCY.
APR 1991 52.243-1 CHANGES - FIXED-PRICE AUG 1987 Alternate 1 (APR 1984) 52.245-2 GOVERNMENT PROPERTY (FIXED-PRICE DEC 1989 CONT RACTS) 52.249-4 TERMINATION FOR CONVENIENCE APR 1984 0F THE GOVERNMENT (SERVICES) (SHORT FORM) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY APR-1984 AND SERVICE)
[End of Clause]
1.2 52.203-9 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY--MODIFICATION (NOV 1990)
(a) Definitions.
The definitions set forth in FAR 3.104-4 are hereby incorporated in this clause.
(b) The Contractor agrees that it will execute the certification set forth in paragraph (c) of this clause when-requested by the Contracting Officer in connection with the v
,e
-r
-.e, w-
i' RS-ADM-92-312
/
Section I
/,
executi;#
f y modification of this contract.
(c) Certificatlen. As required in paragraph (b) of this clause, the of ficwor erployee responsible for the modification proposal shall execute the following certification:
CERTIFICATE OF PROCUREMENT INTEGRITY--
MODIF"' TION (NOV 1990)
(1) 1, [Name c-
<rtifier)
, am the off.cer or empit.,ee responsible for the preparation of this modification proposal and hereby certify that, to the best of my knowledge and belief, with the exception of any information described in this certification, I have no infomation concerning a violation or possible violation of subsection 27(a), (b), (d),
or (f) of the Office of Federal Pro:urement Policy Act, as amended * (41 U.S.C. 423), (hereinaf ter referred to as "the Act"),
as implemented in the FAR, occurring during the conduct of this procurement (contract and modification number).
(2) As required by subsection 27(e)(1)(B) of the Act, I f urther certify that to the best of my knowledge and belief, each officer, employee, agent, representative, and consultant of (Name of Offeror) who has participated personally and substantially in the preperation or submission of this proposal has certified that he or she is familiar with, and will comply with, the requirements of subsection 27(a) of the Act, as implemented in the FAR, and will report immediately to me any information concerning a violation or possible violation of subsections 27(a), (b), (d), or (f) of the Act, as implemented in the FAR, pertaining to this procurement.
(3) Violations or possible violations:
(Continue on plain bond paper if necessary and label Certificate of Procurement Integrity--Hodification (Continuation Sheet), CNTER "NONE" IF NONE EXISTS)
[ Signature of the officer or employee responsible for the modification proposal and date]
[ Typed name of the officer or employee responsible for the modification proposal]
- Subsections 27(a), (b), and (d) are effective on December 1, 1990. Subsection 27(f) is ef fective on June 1,1991.
Page 55 RS-ADH-92-312 Section I THIS CERTIFICATION CONCERN 5 A KATTER WITHIN THE JURISDICTION OF AN AGENCY OF ThE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUPJECT TO PRO 5ECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001.
(End of Certification)
(d)
In rnaking the certification in paragraph (2) of the certificate, the officer or employee of the competing Contractor responsible for the offer or bid, may rely upon a one-time certification from each individual required to submit a certification to the competing Contractor, supplemented by periodic training.
These certifications shall be obtained at the earliest possible date after an individual required to certify begins employment or association with the contractor, if a contractor decides to rely on a certification executed prior to the suspension of section 27 (i.e., prior to December 1, 1989),
the Contractor shall ensure that an individual who has so certified is notified that section 27 has been reinstated.
These certifications shall be maintained by the Contractor for a period of 6 years from the date a certifying employee's employment with the company ends or, for an agency, representative, or consultant, 6 years from the date such individual ceases to act on behalf of the contractor.
(e) The certification required by paragraph (c) of this clause is a material representation of fact upon which reliance will be placed in executing this modification.
[EndofClause]
1.3 52.203-10 PRICE OR FEE ADJUSTMEH1 FOR ILLEGAL OR IMPROPER ACTIVITY (SEP 1990)
(a) The Government, at its election, may reduce the price of a fixed-price type contract or contract modification and the total cost and fee under a cost-type contract or contract modification by the amount c,1 profit or fee determined as set forth in paragraah (b) of this clause if the head of the contracting activtty or his or her designee determines that there was a violatten of subsection 27(a) of the Office of Federal Procurement Policy Act, as amended (41 U.S.C. 423), as implemented in the FAR.
In the case of a contract modification, the fee subject to reduction is the fer specified in the particular contract tr.odification at the time of execution, except as provided in subparagraph (b)(5) of this clause.
(b)
The price or fee reduction referred to in paragraph (a) of this clause shall be--
(1) For cost-plus-fixed-fee contracts, the amont of the fee specified in the contract at the time of award; (2) For cost plus-incentive-fee contracts, the target. fee I
l
Page 56 Section I RS-ADM-92-312 specified in the contract at the tirne of award, notwithstanding any minimum fee or " fee floor" specified in the contract; (3) For cost-plus-award-fee contracts--
(1) The base fee established in the contract at the time of contract award; (11) If no base fee is specified in the contract, 30 percent of the amount of each award fee otherwise payable to the Contractor for each award fee evaluation period or at each award fee determination point.
(4) For fixed price-incentive contracts, the Government may--
(1) Reduce the contract target price and cont
- M target profit both by an amount equal to the initial target pt,dit specified in the contract at the time of contract award; or (ii) If an immediate adjustment to the contract target price and contract target profit would have a significant adverse impact on the incentive price revision relationship under the contract, or adversely affect the contract financing provisions, the Contracting Officer may defer such adjustment until establishment of the total final price of the contract.- The total final price established in accordance with the incentive price revision provisions of the contract shall be reduced by an amount equal to the initial target profit specified in the contract at the time of contract award and such reduced price shall be the total final contract price.
(5) For firm-fixed-price contracts or contract modifications, by 10 percent of the initial contract price; 10 percent of the contract modification price; or a profit amount determined by-the Contracting Officer from records or documents in existence prior to the date of the contract award or modification.
(c) The Government may, at its election, reduce a prime contractor's price or fee in accordance with the procedures of paragraph (b) of this clause for violations of the Act by its subcontractors by an amount not to exceed the amount of profit or fee reflected in the subcontract at the time the subcontract was first definitively priced.
(d) In addition to the remedies in paragraphs (a) at;d (c) of this clause, the Government may terminate this contract for default. The rights and remedies of the Government specified herein are not exclusive, and are in addition to any other rights and remedies provided by law or under this contract.
[End of Clause)
Page 57
.$ection I R$-ADM-92-312 1.4 52.216-18 ORDERING (R 1984)
(a) Any supplies and.ervices to be furnished under this contract shall be ordered by issuance of delivery orders by the individuals or activities designated in the Schedule.
Such orders may be issued from the effective date of the contract through expiration date of the contract..
(b) All delivery orders are subject to tha terms and conditions of this contract.
In the event of conflict between a delivery order and this contract, the contract shall control.
(c) If mailed, a delivery order is considered " issued" when the Orders may be issued Government deposits the order in the mail.
orally or by written telecommunications only if authortred in the Schedule.
[EndofClause)
I.5 52.216-19 DELIVERY-ORDER LlHITATIONS (APR 1984)
(a) HINIMUM ORDER. When the Government requires supplies or services covered by this contract in an amount of less than N/A, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) HAXIMUM ORDER.
The Contractor is not obligated to honor--
(1) Any order for a single item in excess of N/A; (2) Any order for a combination of items in excess of N/A; (3) A series of orders from the same ordering office within N/A days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above.
(c) If this is a requirements contract (i.e., includes the Requirements clause at. subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of-any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.
(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding'.the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within N/A days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
[EndofClause)
page 58 RS-ADM-92-312 Section 1 1.6 52.216-21 REQUIREMENTS (ApR 1984) ALTERNATE I (ApR 1984)
(a) This is a requirements contract for the supplies or services specified, and ef fective for the period stated, in the Schedule.
The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract.
Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as " estimate 1" or " maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Delivery-Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Governn.ent all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(c) The estimated quantities are not the total requirements of the Government activity specified in the Schedule, but are estimates of requirements in excess of the quantities that the activity may itself furnish within its own capabilities.
Except as this contract otherwise provides, the Government shall order from the Contractor all of that activity'. requirements for supplies and services specified in the Schedule that exceed the quantities that the activity may itself furnish within its own capabilities.
(d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract.
(e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source.
(f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order.
The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries undet-this contract af ter two weeks..
[End of Clause]
Page 59 i
RS-ADM-92-312 Section I 1.7 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (KAR 1989)
(a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days 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 provision.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three years..
[End of Clause)
I.8 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)
In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
THIS STATEMENT 15 FOR INFORMATION ONLY:
IT IS NOT A VAGE DETERMINATION.
Monetary-Employee class Wage-Fringe Benefits Word Processing Operator
$9.48-Proofreader
$10.53 Driver
$8.50
$14.19 Supervisor
$14.19
[End of Clause]
. l
Page 60-RS-ADM-92-312 Section J PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS SECTION J - LIST OF ATTACHMENTS J.1 ATTACHMENTS (MAR 1987)
Attachment Number Title 1
Billing Instructions 2
Standard Form 1411 with Instructions 3
Wage Determination 4
Sample Work Order (NRC Form 302) 5 Keyboard Sample of NRC's IBM 5520 System 6
Equation Typing Sample NOTE: The Wage Determination Registers will be incorporated into any resultant contract.
(End of Clause) 6
)
?
s I
,J,
+
-1
l Pago 61 RS-ADH-92-312 Soction K l
PART IV - REPRESENTATIONS AND INSTRUCTIONS SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFER 0RS K.1 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985)
(a) The offeror certifies that--
(1) The p.' aces in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to (1) those prices, (ii) the intention to submit an effer, or (iii) the methods or factors used to calculate the prices offered; (2) The prices in this of fer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or cornpetitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition.
(b) Each signature on the offer is considered to be a certification by the signatory that the signatory--
(1) Is the person in the offeror's organization responsible for determining the prices being of fered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; or (2) (i) Has been authorized, in writing, to act as agent for the following principals in certifying that thnse principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above
[In>ert full r,ame of person (r) in the offeror's organization responsible for determining the prices offered in the bid or proposal, and the title of his or her position in the offeror's organizat!on);
(ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(1) above have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and I
~
Page 62 i
R!-ADM-92-312 Soction K (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs j
(a)(1)through(a)(3)above.
s (c) If the offeror deletes or modifies subparagraph (a)(2) above, the offeror must furnish with its offer-a signed statement setting forth in detail the circumstances of the disclosure.
i.
[End of provision]
\\
K.2 52.203-4 CONTINGENT FEE REPRESENTATION AND i
AGREEMENT (APR 1984) 1-(a) Representation.
The offeror represents that, except for 3
full-time bona fide empicyees working solely for the offeror, the offeror--
d-q i
[ Note: The offeror must check the appropriate boxes.
For interpretation of the representation, including the term " bona i
fide employee," see Subpart 3.4 of the Federal Acquisition Regulation.]
l (1) [ ] has, [ ] has not employed or retained any person or company to solicit or obtain this contract; and (2) [ ] has, [ ] has not paid or agreed to pay to any person or company employed or retained to solicit or obtain this contract l
any commission, percentage, brokerage, or other fee contingent upon or resulting from the award of this contract.
3 (b) Agreement.
The offeror agrees to provide information relating to the above Representation as requested by the Contracting Officer and, when subparagraph (a)(1) or (a)(2) is answered affirmatively, to promptly submit to the Contracting i
Officer--
(1) A completed Standard Form 119, Statement of Contingent or
- Other Fees,- (SF 119); or (2) A signed statement indicating that the SF 119 was previously submitted to the same contracting office, including the date and applicable solicitation or contract number, and representing that the prior SF 119 applies to this offer or quotation.
[End of Provision]
K.3 52.203-8 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY (NOV 1990) g a
(a) Definitions.. The definitions at FAR 3.104-4 are hereby 4
l incorporated in this provision.
(b) Certifications. As required in paragraph (c) of this
.~
Page 63 RS-ADM-92-312 Section K provision, the officer or employee responsible for this of fer shall execute the following certification:
CERTIFICATE OF PRDCUREMENT INTEGRITY (1)
I, [Name of certifier]
, am the officer or employee responsible for the preparation of this offer and hereby certify that, to the best of my knowledge and belief, with the exception of any information described in this i
certificate, I have no information concerning a violation or possible violation of subsection 27(a), (b), (d), or (f) of the Of fice of Federal Procurement Policy Act, as amended * (41 U.S.C.
423), (hereinaf ter referred to as "the Act"), as implemented in the FAR, occurring during the conduct of this procurement (solicitation number).
(2) As required by subsection 27(e)(1)(B) of the Act, I further certify that, to the best of my knowledge and belief, each officer, employee, agent, representative, and consultant of [Name of Of feror]
who has participated personally and substantially in the preparation or submission of this offer has certified that he or she is familiar with, and will comply with, the requirements of subsection 27(a) of the Act, as implemented in the FAR, and will report immediately to me any 1
information concerning a violation or possible violation of subsections 27(a), (b), (d), or (f) of the Act, as implemented in the FAR, pertaining to this procurement.
(3) Violations or possible violations:
(Continue on plain bond paper if necessary and label Certificate of Procurement Integrity (Continuation Sheet), ENTER NONE IF NONE EXIST)
(4) I agree that, if awarded a contract under this solicitation, the certifications required by subsection 27(e)(1)(B) of the Act shall be maintained-in accordance with paragraph (f) of this provision.
[ Signature of the officer or employee responsible for the offer and date]
[ Typed name of the officer or employee responsible for the offer]
- Subsections 27(a), (b), and (d) are effective on December 1, 1990. Subsection 27(f) is ef fective on June 1,1991.
THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF.
AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, o
u
.,s
,, + -
Page 64 RS-ADM-92-312 Section K FICTITIDVS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUMECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001.
(End of certification)
(c)(1) For procurements using sealed bidding procedures, the signed certifications shall be submitted by each bidder with the bid submission except for procurements using two-step sealed bidding procedures (see subpart 14.5).
For those procurements, the certifications shall be submitted with submission of the step two sealed bids.
A certificate is not required for indefinite delivery contracts (see subpart 16.5) unless the total estimated value of all orders eventually to be placed under the contract is expected to exceed $100,000.
(2) For contracts and contract modifications which include options, a certificate is required when the aggregate value of the contract and contract modification and all options (see 3.104-4(e)) exceeds S100,000.
(3) Failure of a bidder to submit the signed certificate with its bid shall render the bid nonresponsive.
(d) Pursuant to FAR 3.104-9(d), the Offeror may be requested to execute additional certifications at the request of the Government. Failure of an Offeror to submit the additional certifications shall cause its offer to be rejected.
(e) A certification containing a disclosure of a violation or possible violation will not necessarily result in the withholding of an award under this solicitation. However, the Government, after evaluation of the disclosure, may cancel this procurement or take any other appropriate actions in the interests of the Government, such as disqualification of the Offeror.
(f)
In making the certification in paragraph (2) of the certificate, the officer or employee of the competing contractor responsible for the offer may rely upon a one-time certification from each individual required to submit a certification to the competing contractor, supplemented by periodic training.
These certifications shall be obtained at the earliest possible date af ter an individual required to certify begins employment or association with the contractor.
If a contractor decides to rely on a certification executed prior to the suspension of section 27 (i.e., prior to December 1, 1989), the Contractor shall ensure that an individual who has so certified is notified that section 27 has been reinstated. These certifications shall be maintained by the Contractor for 6 years from the date a certifying employee's employment with the company ends or, for an agent, representative, or consultant, 6 years from the date such individual ceases to act on behalf of the Contractor.
(g) Certifications under paragraphs (b) and (d) of this provision are material representations of fact upon which reliance
Page 65 Section K RS-ADM-92-332 will be placed in awarding a contract.
[End of Provision)
K.4 b2.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (APR 1991)
(a) The definitions and prohibitions contained in the clause, at FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions, included in this solicitation, are hereby incorporated by reference in paragraph (b) of this certification.
(b) The of feror, by signing its of fer, hereby certifies to the best of his or her knowledge and belief that on or after December 23, 1989--
(1) No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan, or cooperative agreement; (2) If any funds ether than Federal appropriated funds (including profit or fee received under a coured Federal transaction) have been paid, or will be paid, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee-of a Member of Congress on his er her behalf in connection with this solicitation, the offeror shall complete and submit with its offer, OMB standard for:a LLL, Disclosure of Lobbying Activities, to the Contracting Officer, and (3) He or she will ine: Me the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of $100,000 shall certify and disclose accordingly.
(c) Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by section 1352, title 31, United States Code. Any person who makes an expenditure prohibited under this provision or who fails to nie or amend this disclosure form to be ' filed or amended by this provision, shall be subject to a civil penal'.y of not less than
$10,000, and not more than $100,000, for each such failure.
[End of Provision]
)
Page 66 See?. ion K RS-ADM-92-312 K.5 52.204-3 TAXPAYER IDENTIFICATION (SEP 1989)
(a) Definitions.
" Common parent" as used in this solicitation provision, means that corporate entity that owns or controls an affiliated group a corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member.
" Corporate status" as used in this solicitation provision, means a designation as to whether the of feror is a corporate entity, an unincorporated entity (e.g., sole proprietorship or partnership),
or a corporation providing medical and health care services.
" Taxpayer Identification Number (TIN)" as esed in this solicitation provision, means the number required by the IRS to be used by th9 offeror in reporting income tax and other returns.
(b) The offeror is required to submit the informatiun required in paragraphs (c) through (e) of this solicitation provision in order to comply with reporting requirements of 26 U.S.C. 604I, 6041A, and 6050H and implementing regulations issued by the Internal Revenue Service (IRS).
If the resulting c a tract is subject to reporting requirements described in 4.'102(a), the failure or refusal by the offeror to furnish the '.n'ormation may result in a 20 percent reduction of payments otherwise due under the contract.
(c) Taxpayer Identification Number (TIN).
lil TIN:
TIN has been applied for.
,i TIN is not required because:
[ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct ci a trade or business in the U.S.
and does not have an office or place of business or a fiscal paying agent in the U.S.;
[ ] Offeror is an agency or instrumentality of a foreign government;
[ ] Offeror is an agency or instrumentality of a Federal, state or local government;
[]Other.5tatebasis.
(d) Corporate Status.
[ ] Corporation providing medical and health care services, or engaged in the billing and collecting of payments for such services;
[ ] Other corporate entity;
Page 67--
Section K RS ADH-92-312-J
[ ] Not a corporate entity;
[
Sole proprietorship l
Parttiership l
Hospital or extended care f acility described in 26 CFR 501(c)(3) that is nempt from taxation under 26 CFR 501(r.).
(e) Common Parent.
[ ] Of feror is not owned or controlled by a common parent as defined in paragraph (a) of this clause.
[ ] Name and TIN of comcon parent:
i Hame TIN
[Er.dofProvision)
K.6 52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (MAY1989)
(a)(1)
The Offeror certifies, to the best of its knowledge and belief, that--
(1) The offeror and/or any of its Principals--
(A) Are (
) are not (
) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have (
) have not (
), within a 3-year period preceding this offer, been convicted of or had a civil judgment rendered against them for:
commission of fraud or. a i
criminal offense in connection with obtaining,~ attempting to obtain, or performing _ a public (Federal,. state, or. local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission cf embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or-receiving -
stolen property; and (C) Are(
) are not (
). presently indicted for, or otherwise criminally or civilly charged by a government &l entity with, commission of any of the offenses enumerated in subdivision (A)(1)(1)(B) of this provision.
(ii) The Offeror has (
) has not (
), within a 3-year period preceding thIs offer, had~one or more contracts terminated for default by any Federal agency; (2) "Principais," for the purposes of this certification, means of ficers; directors;- owners, partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a
RS-ADM 92-312 Section K I
subsidiary, division or bc iness segment, and similar positions).
THIS CERTIFICATION CONCERNS A MATTER YITHIN THE JHRISD10 TION OF AN AGENCY OF THE UNITED STATES AND THE KAKING OF A FALSE, FICTITIOUS, OR FRAVOULENT CERTIFICATION MAY RENDER THE KAKER SUBJECT TO PROSECUTICH UNDER SECTION 1001, TITLE 18, UNITED STATES CODF.
(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to centract award, the Offeror learns that its certification was erroneous when suomftted or has become erroneous by reasons of changed circumstances.
(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility.
Failure of the Offeror to furnish a e
certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible.
(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision.
The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this t>rovision 's a material representation of fact upon which reliance was placed when making award.
If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedtes available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.
[End of Provision]
K. 7 52.214-2 TYPE OF BUSINESS ORGkNIZATION--SEALED GIDOING (JUL 1987)
The utdder, by checking the applicable box, represents that--
(a) It operates as [ ] a corporation incorporated under the laws of the State of
, [ ] an individual, [ ] a partnership, [ ] a nonprofit organization, or [ ] a joir,t venture; j
or (b) If the bidder is a foreign ent'ty, it operater as [ ] an iridividual, [ ] a partnership, [ ] a nonprofit organization, [ ] a jcint venture, or [ ] a corparation, registered for business in country.
[EndofProvision) 4
~
Page 69 Section K RS-ADM n2-312 K.B 52.214-14 PLACE OF PERFORMANCE--SrALED BIDDING (APR 1984)
(a) The bidder, in the performance of any contract resulting from this solic'tation, [ ] intends, [ ] does not intand [ check applicable box] to use one or more plants or f acilities located at a different address from the address of the bidder as indicated in this bid.
(b) If the b'dder checks " intends" in paragraph (a) above, it shall insert in the spares provided below the required information:
Place of Performance (Street Name and Address of Owner Address, City, County, State, and Operator of the Plant or Zip Code)
Facility if Other than Bidder emeng>= TEMbpar
[End of Provision]
K.9 52.214-16 MINIMUM BID ACCEPTANCE PERIOD (APR 1984)
(a) " Acceptance period," as used in this provision, means the number of celendar iays available to the Government for awarding a contract from the date specified in this solicitation for receipt of bids.
(b) This provision supersedes any language pertaining to the acceptance period that may appear elsewhere in this solicitation.
(c) The Government requires a minimum acceptance period of 90 calendar days.
(d) In the space provided immediately below, bidders may specify a longer acceptance period than the Government's minimum requirement.
The bidder allows the following acceptance period:
calendar days.
(e) A bid allowing less than the Government's minimum acceptance period will be rejected.
(f) The bidder agrees to' execute all that it has endertaken to do, in compliance with its old, if that bid is accepted in writing within (1) the 6cceptance period stated in paragraph (c) above or (2) any longer acceptance period stated in paragraph (d) above.
[EndofProvision) i
Pago 70 RS-ADM-92-312 Section K K.10 52.219+1 SMALL BUSINESS CONCERN REPRESENTATION (JAN 1991)
(a) Depresentation.
The offeror represents and certifies as part of its offer that it is, [ ] is not a small business concern and that [ ] all,
, [, not all. end items to be furnished will be manufactured or produced by a small business concern in 4
the United States, its territories or possessions, Puerto Rico, or the Trust Territory of the Pacific Islands, f
(b) Definition.
Small business concern, as used in this peovision, mea s a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in this solicitation.
i (c) Notice.
Under 15 U.S.C. 64S(d), any person who misrepresents a firm's status as a small business concern in order 3
to obtain a contract to be awarded under the preference prograias estabilshed pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a def_inition of program eligibility, shall--
(1) Be punished by irposition of a fine, imprisnnment, or both; l
(2) Se subject to administrative remedies, including suspension and debarment; and l.
(3) Be ineligible for participation in programs conducted under the authority of the Act.
[EndofProvision]
K.11 52.219-2 SMAl.L DISADVANYAGED BUSINESS CONCERN REPRESENTATION (FEB 1990)
(a) Representation.
The offeror represents that it:
f is, l 11s not a small disadvantaged business concern.
4 b
(b) Definitions.
Asian Pacific Americans, as used in this provision, means United States citizens whose origins are in Japan, China, the Philippines, Yietnam, Korea, Samoa, Guam, the U.S. Trust Territory -
of the Pacific Islands (Republic of Palau), the Northern Mariana Islands, Laos, Kampuchea, (Cambodia), Taiwan, Burma, Thailand, Malaysia, Indanesia, Singapore, Brunei, Republic of the Marshall Islards, or the Federal States of Micronesia, Indian tribe, as used in this provision, means any Indian tribe,
Page 71 5ection K RS-ADM-92-312 band, nation, or other organized group or community of Indians, including any Alaska Native Corporation as defined in 13 CFR 124.100 which is recognized as eligible for the special programs and services provided by the U.S. to Indians because of their status as Indians, or which is recognized as such by the State in which such tribe, band, nation, group, or community resides.
Native Americans, as used in this provision, means American Indians, Eskimos, Aleuts, and native Hawaiians.
Native Hawaiian Organization, as used in this provision, means any community service organization serving Native Hawaiians in, and chartered as a not-for-profit organization by, the State of Hawaii, which is controlled by Native Hawaiians, and whose business activities will principally benefit such Native Hawaiians.
Smal* business concern, as used in this provision, means a including its af filiates, that is independently owned and
- concern, opera' ed, not dominant in the field of operation in which it is biddi g on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121, Small disadvantaged business concern, as used in this provision, i
means e small business concern that (a) is at least 51 percent uncondittonally owned by one or more individuals who are both socially and economically disadvantaged, or a publicly owned business hasing at least 51 percent of its stock unconditionally owned by ont or more socially and economically disadvantaged individuals and (b) has its management and daily business controlled by one or more such individuals.
This ters also means a small business concern that is at least 51 percent unconditionally owned by an economically disadvantaged Indian tribe or Native Hawaiian Organitation, or a publicly owned business having at least 51 percent of its stcck unconditionally owned by one of these entities which has its management and daily business controlled by members of an economically disadvantaged Indian tribe or Native Hawaiian Organization, and which meets the requirements of 13 CFR part 124.
Subcontinent Asian Americans, as used in this provision, means United States citizens whose origins are in Indir, Pakistan, Bangladesh, Sri Lanka, Bhutan, or Nepal.
(c) Qualified groups. The offeror shall presume that socially and economically disadvantaged individuals include Black Americans, Hispanic Americans, Native Americans, Asian-Pacific Americans, Subcontinent Asian Americans, and other individuals found to be. qualified by SBA under 13 CFR 124. The offeror shall presume that socially and economically disadvantaged entities also include Indian tribes and Native Hawaiian Orgaalzations,
[EndofProvision]
Page-72 Section K RS-ADM-92-312 K.12 52.219-3 WOMEN-0WNED SKALL BUSINESS REPRESENTATION
.(APR.1984)
(a) Representation.
The offeror represents that it:
is,
'lisnotawomen-ownedsmallbusinessconcern.
(b) Definitions.
"Small business concern," as used in this provision, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation ir, which it is small business bidding on Government contracts, and qualified as o under the criteria and size standards in 13 CFR 121.
" Women-owned," as used in this provision, means a small business
' hat is at least 51 percent owned by a woman or women who are U.S.
.citizens and who also control and operate the business.
[EndofProvision]
K.13 52.220-1 PREFERENCE FOR LABOR SURPLUS AREA CONCERNS (APR 1984)
(a) This acquisition is not a set aside for labor surplus area (LEA) concerns.
However, the offeror's status as such a concern may af fect (1) entitlement to award in case of tie offers or (2) offer evaluation in accordance with the Buy American Act clause of this solicitation.
In order to determine whether the offeror is entitled to a preference under (1) or (2) above, the offeror must identify, below, the LSA in which the costs to be incurred on account of manufacturing or production (by the offeror or the first-tier subcontractors) amount to more than 50 percent of the contract price.
(b) Failure to identify the locations as specified above will preclude consideration of the offeror as an LSA concern.
If the offeror is awarded a contract as an LSA concern and would not have otherwise qualified for award, the of feror shall perform the -
contract or cause the contract to be performed in accordance with the obligations of an LSA concern.
[EndofProvision]
K.14 52.222-21 CERTIFICATION OF HONSEGREGATED FACILITIES (APR 1984)
(a) " Segregated f acilities," as used in this provision, means any waiting rooms, work areas, rest rooms and wash rooms,
Page 73-RS-ADM-92-312 Section-K
~ restaurants and other; eating areas, time clocks, locker rooms and other storage or dressing-areas,' parking lots, drinking fountains,-
recreation or entertainment areas, transportation,_and housing f acilities provided for employees, that:are segregated by explicit :
directive or are in fact segregated on the basis of race, ~ color, religion, or national origin because of habit,_ local custom..or_
otherwise.
(b) By the submission of th'is offer, the offeror certifies that it does not and will not maintain or provide for its' employees-any -
segregated facilities at any of its establishments, and that-ft-does not and will not' permit its employees to perfors.their-services at any: location under its control where segregated-facilities are maintained.
The offeror agrees that a breach of this certification is a violation of the_ Equal-Opportunity clause in.the' contract.
(c) The offeror further agrees that (except where it has~-
obtained-identical certifications from proposed subcontractors for specific time periods) it will--
(1) Obtain identical certifications from proposed subcontractors before the award of subcontracts-under which the.
subcontractor will be subject to the Equal Opportunity clause;-
(2) Retain the certifications in the files;' and (3) Forward the following notice to the ' proposed :
subcontractors (except if.the proposed subcontractors have.
submitted identical certifications for specific time periods):
NOTICE TO PROSPECTIVE SUBCONTRACTORS 0F REQUIREMENT FOR:
CERTIFICATIONS 0F NONSEGREGATED FACILITIES A Cortification of Nonsegregated' Facilities must be submitted before the award of a' subcontract under which the subcontractor will.be subject to.the Equal.0pportunity clause.- The certification may be submitted either for each subcontract or for.
- all subcontracts during; a period (1.e., ' quarterly, semiannually, or annually).-
' NOTE:
The penalty for making' false statements-in offers is:
prescribed in 18 U.S.C. :1001.
[EndofProvision]
K.15 52.222-22 PREVIOUS CONTRACTS AND' COMPLIANCE REPORTS -
.(APR1984)
The offeror represents that--
(a) It [-] has.['] has not participated _in a1 previous contract-4 or-subcontract subject either to the EqualJ0pportunity! clause of this solicitation,'the clause originally contained in Section 310 of-Executive Order No.10925, or the clause contained in Section i
l.
E
L L
Page 74 RS-ADH-92-312
-Section K 201;of Executive Order No.11114; (b) It [ ] has, [-] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.
[EndofProvision]
K 16 52.222-25 AFFIRHATIVE ACTION COMDLIANCE ( APR 1984)
The of feror represents that--
(a) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affir; native action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or (b) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.
[End of Provision]
K.17 52.223-1 CLEAN AIR AND WATER CERTIFICATION (APR 1984)
The Offeror certifies that--
(a) Any facility to be used in the performance of this proposed contract is [ ), is not [ ] listed on the Environmenta Protection Agency (EPA) List of Violating Facilities; (b) The Offeror will immediately notify the Contracting Of ficer, before award, of the receipt of.any communication from the Administrator, or a designee, of the EPA, indicating that any facility that the Offeror proposes to use for the performance of the contract is under consideration to be listed on the EPA List of Violating Facilities; and -
(c) The Offeror will include a certification substantially the same as this certification, including this paragraph (c), in every nonexempt subcontract.
[End of Provision]
K.18 52.223-5 CERTIFICATION REGARDING A DRUG-FREE WORKPLACE (JUL 1990)
(a) Definitions. As used in this provision,
" Controlled-substsnce" means a controlled substance in schedules I through V of section 202 of the Controlled Substances Act (21 U.S.C. 812) and as further defined in regulation at 21 CFR 1308.11
- 1308.15.
Page 75 Section K RS-ADM-92-312
" Conviction" means a finding of guilt (including a plea of nolo contendere) or imposition of sentence, or both, by any judicial body charged with the responsibility to determine violations of the Federal or State criminal drug statutes.
" Criminal drug statute" means a Federal or non-Federal criminal statute involving the manufacture, distribution, dispensing, possession or use of any controlled substance.
" Drug-free workplace" means the site (s) for the performance of work done by the Contractor in connection with a specific contract at which employees of the Contractor are prohibited from engaging in the unlawful msnuf acture, distribution, dispensing, possession, or use of a controlled substance.
" Employee" means an employee of a Contractor directly engaged in "Directly the performance of work under a Government contract.
engaged" is defined to include all direct cost employees and any other Contractor employee who has other than a minimal impact or involvement in contract performance.
" Individual" means an of ferar/ contractor that has no more than one employee including the offeror / contractor.
(b) By submission of its offer, the offeror, if other than an individual, who is m& king an offer that equals or exceeds $25,000, certifies and agrees, that with respect to all employees of the of feror to be employed under a contract resulting from this solicitation, it will--no later than 30 calendar days after contract award (unless a longer period is agreed to in writing),
for contracts nf 30 calendar days or more performance duration; or as soon as possible for contracts of less than 30 calendar days performance duration, but in any case, by a date prior to when performance is expected to be completed--
(1) Publish a statement notifying such employees that the unlawful manuf acture, distribution, dispensing, possessions or use of a controlled substanca is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establish an ongoing drug-free awareness program '.o inform such employees about--
(i) The dangers of drug abuse in the workplace; (ii) The Contractor's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penaitles that may be imposed upon employees for drug abuse violations occurring in the workplace;
Tage 76 Section K l
RS-/ h 92-312 (3) Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph (b)(1) of this provision; (4). Notify such employees in writing in the statement required by subparagraph (b)(1) of this provision that, as a condition of continued employment on the contract resulting from this solicitation, the employee will--
(i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for v. violation occurring in the workplace no later than 5 calendar days after such conviction; (5) Notify the Contracting Officer in writing within 10 calendar days after receiving notice under subdivision (b)(4)(ii) of this provision, from an employee or otherwise recalving actual notice of such conviction.
The notice shall include the position title of the employee; and (6) Within 30 calendar days after receiving notice under subdivision (b)(4)(ii) of this provision of a conviction, take one of the following actions with respect to any employee who is convicted of a drug abuse violation occurring in the workplace:
(1) Take appropriate personnel action against such employee, up to and including termination; or (ii) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or appropriate agency.
(7) Make a good faith effort to maintain a drug-free
.workplace through implementation of subparagraphs (b)(1) through (b)(6) of this provision.
(c) By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies and agrees that the offeror will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the performance of the contract resulting from this solicitation.
(d) Failure of the offeror to provide the certification required by paragraphs (b) or (c) of thit provision, renders the offeror unqualified and ineligible for award.
(See FAR 9.104-1(g) and19.602-1(a)(2)(1).)
(e) In addition to other remedies available to the Government, the certification in paragraphs (b) or (c) of this provision cencerns a matter within the jurisdiction of an agency of.the f
_-""------m-
--w--
Page 77 3ection K RS-ADM-92-312 United States and the making of a false, fictitious, or fraudulent certification inay render the maker subject to prosecution under Title 18, United States Code, Section 1001.
[EndofProvision]
K.19 QUALIFICATIONS OF CONTRACT EMPLOYEES (JUN 1988)
The offeror hereby certifies by submission of this offer that all representations made regarding its employees, proposed subcontractor personnel and consultants are accurate.
[End of Provision)
K.20 CURRENT /FORMER AGENCY EMPLOYEE INVOLVEMENT (JUN 1988)
The following representation is required for NRC Information awi evaluation purposes only, it is not NRC policy to encounge offerors and contractors to propose current /former agency employees to perform work under NRC contracts.
The offeror hereby certifies that there (
) are (
) are not current /former NRC employees who have been or will be involved, directly or indirectly, in developing the offer, or in negotiating on behalf of the of feror, or in managing, administering or performing any contract, consultant, agreement or subcontract resulting from this offer.
For each individual so identified, the Technical and Management proposal contains as a separate attachment the name, title, date Individual left NRC and a brief description of the individual's role under this proposal.
[End of Provision) f
Page 78 RS-ADM-92-312 Section L SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFER 0RS L.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (JUN 1988)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text.
Upon request, the contracting officer will make their full text available.
I.
FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)
PROVISIONS NUMBER TITLE DATE 52.214-1 SOLICITATION DEFINITIONS JUL 1997
- SEALED B10 DING 52.214-3 AMENDMENTS TO INVITATIONS FOR BIDS DEC 1989 52.214-4 FALSE STATEMENTS IN BIDS APR 1984 52.214-5
$UBMISSION OF BIDS DEC~1989 52.214-6 EXPLANATION TO PROSPECTIVE APR 1984 BIDDERS 52.214-7 LATE SUBMISSIONS, MODIFICATIONS, DEC 1989 AND WITHDRAWALS OF BIDS 52.214-9 FAILURE TO SUBMIT DID APR 1984 52.214-10 CONTRACT AWARD - SEALED BIDDING JUL 1990 52.214-12 PREPARATION OF BIDS APR 1984 52.227-6 ROYALTY INFORMATION APR 1984 52.232-15 PROGRESS PAYMENTS NOT INCLUDED APR 1984
[End of Provision]
L.2 52.204-4 CONTRACTOR ESTABLISHMENT CODE ( AUG 1989)
In the block with its name and address, the of feror should supply the Contractor Establishment Code applicable to that name and address, if known to the offeror.
The number should be preceded by " CEC:." Offerors should take-care to report the correct CEC and not a similar number assigned to t_e Offeror in a h
different system.
The-CEC is a 9-digit code assigned to a contractor establishment that contracts with a Federal executive agency.
The CEC system is a contractor identification coding system which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS).
The CEC system is distinct frorn the Federal Taxpayer Identification Number (TIN) system.
The Government will obtain a Contractor Estabitshment Code for any awardee that does not have or does not know its CEC.
l
[End of Provision]
Page 79 Section L RS-ADM-92-312 I
L.3 52.214-34 SUBMISSION OF 0FFERS IN THE ENGLISH LANGUAGE ( APR 1991)
Offers submitted in response to this solicitation shall be in the English language.
Offers received in other than English shall be rejected.
[End of Provision]
L.4 52.214-35 SUBMISSION OF 0FFERS IN U.S. CURRENCY (APR 1991)
Offers submitted in response to this solicitation shall be in terms of U.S. dollars.
Offers received in other than U.S. dollars shall be rejected.
l
[End of Provision]
L.5 S2.216-1 TYPE OF CONTRACT (APR 1984)
The Government contemplates award of a FFP requirements contract resulting from this solicitation.
[End of Provision]
L.6 52.219-22 SIC CODE AND SMALL BUSINESS SIZE STANDARD (JAN 1991)
(a) The standard industrial classification (SIC) code for this acquisition is 7338.
(b)(1) The small business size standard is no more than $3.5 million average annual receipts for an offeror's preceding 3 fiscal years.
(2) The small business size standard for a concern which submits an offer in its own name, other than on a conttruction or service contract, but which proposes to furnish a product which it did not itself manuf acture, is 500 employees.
[End of Provision)
L.7 52.233-2 SERVICE OF PROTEST (NOV 1988)
(a) Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO) or the General Services Administration Board of Contract Appeals (GSB A), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:
HAND-DELIVERED ADDRESS l
Page 80 RS-ADM-92-312 Section L Elios J. Viggins--
U.S. Nuclear _ Regulatory Commission 7920 Norfolk Avenue Room 1020 Bethesda, Maryland 20814 MAILING ADDRESS Elios J. Wiggins U.S. Nuclear Regulatory Comission Contract Neg. Branch No. 1 Mail Stop: P-1020 Washington, DC 20555 (b) The copy of any protest shall be received in the office designated above on the same day a protest is filed with the GSBCA or within one day of filing a protest with the GA0.
[EndofProvision]
L.8 ESTIMATED DURATION (JUN 1988)
The duration of the contract is estimated to be 2 years. (See section F for any option periods)
[End of Provision]
L.9 DISP 0SITION OF BIDS (MAR.1987)
After award of contract, one (1) copy of each unsuccessful bid will be retained by the NRC's Division of Contracts and Property Management. Unless return of the additional copies of the bid is requested by the bidder upon submission of the bid, all other copies will be destroyed.
This request should appear in a cover letter accompanying the bid.
[End of Provision]
L.10 BID INSTRUCTIONS (JUN 1991) ALTERNATE I (OCT 1991)
(a) The offeror shall submit three (3) signed originals of this solicitation package, including attachments, with all applicable sections completed.
(b) The~ offeror is advised that the certificate in 52.203-8 (Requirements for Certificate of Procurement Integrity) in Section K must be completed and signed by the of feror.
Failure to complete.the certificate in 52.203-8 is a material, deficiency in a bid requiring that'the bid be rejected as nonresponsive.
[End of Provision]
4 il
Page 81 Section L 1
RS-ADM-92-312 L.11 NONDISCRIMINATION BECAUSE OF AGE (MAR 1987) l It is the policy of the Executive Branch of the Government that (a) Contractors and Subcontractors engaged in the performance of Federal contracts shall not, in connection with the employment, advancement, or discharge of employees or in connection with the terms, conditions, or privileges of their employment, c"scriminate against persons because of their age except upon the basis of a bonafide occupational qualification, retirement plan, or statutory requirement, and (b) that Contractors and Subcontractors, or persons acting on their behalf, shall not specify, in solicitations or advertisements for employees to work on Government contracts, a maximum age limit for such employment unless the specified maximum age limit is based upon a_bonafide occupational qualification, retirement plan, or statutory requirement.
[EndofProvision]
L.12 LOCATION OF BID OPENING (MAR 1987)
A public bid opening will be held at 3:30 P.M. on 04/03/92 in the Nuclear Regulatory Commission Bid / Proposal room located at the following address:
U.S. Nuclear Regulatory Commission Division of Contracts and Property Management 7920 Norfolk Avenue, Room 1024 Bethesda, MD 20814
[End of Provision]
L.13 ABSTRACT OF BIDS (MAR 1987)
The abstract of bids will be completed as soon as possible after the bids have been opened and read.
The abstract of bids shall be posted on a bulletin board at the following two locations:
U.S. Nuclear Regulatory Commission Main Lobby 7920 Norfolk Avenue Bethesda, MD 20814 U.S. Nuclear Regulatory Commission Public Document Room 2120 L Street, N.W.
Washington, DC 20555
[End of Provision]
L.14 VIEVING SAMPLE MATERIALS Prior to submitting a bid in response to this solicitation, all offerors are encouraged to examine the Format Handbook, NRC Editorial Style Guide, and the examples of the type of work that m
Page 82-RS-ADM-92-312 Soction L_
will_be' required hereunder, consisting of minor and major revisions, rough draft input, and tables.
In no event shall failure to-review the sample material-constitute grounds for a claim after contract award.
The materials are available for review from 7: 45 A.M. to 4:15 P.M.
during NRC's regular workdays at the location below.
In requesting this material, refer to " Viewing Sample Materials under IFB No, ADM-92-312."
U.S. Nuclear Regulatory Commission Public Document Room 2120 L Street, N.W.
Washington, D. C.
20555 Telephone Number:
202-634-3273 (End of Provision) 4
..e Section M RS-ADM-92-312 SECTION M - EVALUATION FACTORS FOR AWARD M.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (JUN 1988).
lhis solicitation incorporates one or core solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the contracting of ficer will make their full text available.
DATE NUMBER TITLE JUL 1990 S2.217-5 EVALVATION OF OPTIONS
[End of Provision]
BIDDER QUALIFICATIONS AND PAST EXPERIENCES (MAR 1987)
M.2 The bidder shall list three (3) previous / current contracts for This information will the same or similar products',ervices:
assist the Contracting Of ficer in his/her Determination of Lack of previous / current contracts for same or Responsibility.
similar producu/ services o
'-4'are to submit such information will not necescarily result in an unfavorable Determination of Responsibility, a.
Contract No.:
Name and address of Government Agency or Commercial Entity:
E Point of Contact and Telephone Number:
b.
Contract No.-
Name and address or Government Agency or f
Commercial Entity:
Point of Contact and Telephone Number:
c.
Contract No :
Name and address of
~
Government Agency or Commercial Entity:
Point of Contact and Telephone Number:
~~
%%m
Page 84 RS-ADH-92-322 Section M
-s
[EndofProvision)
M.3 BIO EVALUATION (JUN 1988)
(a) Bids in response to this IFB shall set forth full, accurate, and complete information as required herein.
The penalty for making false statements in bids is prescribed in 18
)
U.S.C. 1001.
]
(b) Award will be made to that responsive, responsible bidder within the meaning of Federal Acquisition Regulation 9-1 whose total bid amount, as set forth by the bidder in Section B of this IFB constitutes the lowest overall evaluated final contract price to the Government based upon the requirements as set forth in the schedule. Bids will be evaluated for purposes of award by first ascertaining the sum of the total amount for each of the items specified in Section B of this solicitation.
This will constitute the bidder's " Total Bid Amount."
(c) Bidders shall insert a definite price or indicate "no charge" in the blank space provided for each item and/or sub-item listed in Section B.
Unlest expressly provided for herein, no additional charge will be allowed for work performed under the contract other than the unit prices stipulated herein for each such item and/or sub-item.
(d) Any bid which is materially unbalanced as to price for the separate items specified in Section B of this IFB may be rejected as nonresponsive.
Such an unbalanced bid is defined as one which is based on prices which, in the opinion of NRC, are significantly less than cost for some work and/or prices that may be significantly overstated for other work.
f (e) Separate charges, in any form, are not solicited.
Bids sontaining such charges for discontinuance, termination, failure to exercise an option, or for any other purpose will cause the bid to be rejected as nonresponsive.
(f) A preaward onsite survey of the bidder's facilities, equipment, etc., in accordance with I-AR 9.106 may be made by representatives of the Commission for the purpose of determining whether the bidder is responsible within the meaning of FAR 9.1 and whether the bidder possesses qualifications that are conducive to the production of work that will meet the requirements, specifications, and provisions of this contract. Also, if requested by the Commission, the prospective Contractor may be required to submit statements within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> after such request:
(1) concerning their ability to meet any of the minimum standards set forth in FAR 9.104, (ii) samples of work, and (iii) names and addresses of clients, Government agencies and/or commercial firms which the bidder is now doing or has done business with.
(g) Notwithstanding Paragraph b above, the award of any contract resulting from this solicitation will be made on an "all or none" basis.
Thus, bids submitted on fewer than the items 7
L
Paga 85 Section M RS-ADM-92-312 listed-in Section_B of this IFB, or on fewer than the estimated quantity will cause the bid to be rejected as nonresponsive,
[EndofProvision)
M.4 pit.0T WORD PROCESSING DISTRIBUTION DEMONSTRATION The NRC may require a Ptiot Word Processing Distribution Demonstration (PWPDD) by the prospective awardee prior to the award of the contract to u tablish his technical ability to perform the work in a responsible manner.
The prospective awardee shall be given 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> advance notice as to the date and time for this demonstration.
All costs associated with the PWPDD of the prospective awardee's capability will be at the expense of the prospec*.tve awardee.
Within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> after the prospective awardee is notified by the Contracting Officer of the PWPDD requirement, the NRC and the prospective awardee shall program their equipment to transmit documents between awardee' system and the ETPS IBM 5520 Administrative System.
The NRC will then distribute (transmit) a test document of not more than five pages from the IBM 5520 Administrative _ System listed in this solicitation to the prospective awardee.
The prospective awardee will then retrieve the test document and transmit the document back to the NRC's IBM 5520 Adstnistrative System to ensure that the telecommunication is successful between the prospective awardee's equipment and the NRC's.
After telecommunications between the prospective awardee and the NRC are working successfully, the NRC will distribute (transmit) at least 1,000 pages to establish the prospective awardee's technical ability to:
1.
receive, recognize, revise, and transmit NRC documents in accordance with the requirements of Section C.1.5.
2.
match the print of NRC's document in accordance with the requirements of Section C.1.5.
The prospective awardee shall provide a printed copy of the retrieved document specified by the NRC (not more than 10 pages).
3.
transmit the document name, as printed in the footer of the printed copy, in accordance with the requirements of Section C.I.5.
4.
receive and store up to at least 1,000-pages.of text during -
transmission in accordance with the requirements of C.1.5.
5.
transmit the text of the document as it is shown on the printed copy in accordance with the requirements of Section C.1.5.
Page 86 Section M l
RS-ADM-92-312 l
(End of Provision)
PILOT EQUATION TYPING DEMONSTRATION M.5 The NRC may require a Pilot Equation Typing Demonstration (PETO) by the prospective awardee prior to the award of the contract to establish his technical ability to perform the typing of equations in a responsible manner.
The prospective awardee shall be given 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> advance notice as to the date and time for this demonstration. Refer to Section J - List of Attachments for the equation to be typed.
All costs associated with the PETO of the prospective awardee's capability will be at the expense of the prospective awardee.
(End of Provision)
M.6 DURATION OF DEMONSTRATIONS AND FAILURE TO MEET REQUIREMENTS After telecommunications between the prospective awardee and the NRC are working successfully, the period for all of the demonstrations of the prospective awardee's technical ability, as required above, wil' be three days.
Should the prospective awardee fail the PWPDD demonstration and/or the PETO demonstration, as set forth above, of their technical ability to successfully perform the work, the Government may determine the prospective awardee nonresponsible.
Refer to Section M.3 - Bid Evaluation.
(End of Provision) t
- - - _ _ _ _ _________'- - - - ---~ - - ---.,_- __-, _ _ _ _ _ _, _ __
Q
- - eg --
~ s 2
- g-
- ~ ~ -: ;;,
9' SOLICITATION NUMBER:
RS-ADM-92-312 canpANy
" HONE NUMBER j
0,.
. n '. = 4 r-
-ca IJer,ti' en W
n Awlm aGLI f,4 i : 2 xporation
?,;
4,ry Mit;/Ps.4
~ 7 : 2
- c.. Memorial *iwv 2_,. ) s... -..,y
.-4un t w i l l o, AL 3580*
r i 15.W.e 5ervites 804 - Ls.,-6 _ ~ 6 Attn Chri nopbe Johm
'nne Road 5027 E.
Princess
+
,,-.e.,
r.cr s a,, o,,, a, s av.
e,mer.i.
a.,ansoit. n( :.ei v i c e'2 h " ~ vs ? ---
Atto:
3h2rley Ma:ni c k i 607 Smallwood Road noctwille, MD 2065C
..y romericon irensc,;ption uunnecc2on s-. _. ow
- as Attn:
Donna L.
Tavlor CEO Post Office Bc:t 1605 Hi1isbaco, OR 97122 iA> pen G f s t em r, Car par u t ; on
'1 251-50DC Attn:
Tonsa L.
Catron 1600 Research D1vd.
.13-L Rockvi'le, MD 20050 A_itametion Manageme-t Censu! ' $r t:
70*-251 C3a0 Attn:
Rhonda Browne 451 Hungericrd Dr.se Suito 600 Roc i:vi 1 l e, t1D 20850
- Bay Area Systems Inc.
804-430-2006 Attn D.
Wade Abernathy 2472 Navarre Way Virginia Beach, VA-23456 N
6,.
- r
\\
y l
Pagn. 2
.03/24/92 BIDDOR'S' MAILING LIST FOR 4
SOLICITATION NUMGEF:
RC-ADM-72-212 COMPANY PHONE NUMBEF C.arge Dusineses are: Idantified with an As.terisk)
- CEN Corporation 7C0-941-5916 Attn:
John.Wegl 5252 Cherokee Avenue Suite 316 Al e: andria, VA 22312 Crown Communications Inc.
202-775-1665 Attn:
Gwendolyn Datcher 1919 Pennsylvania Avenue N.W.
Suito 003 Washington, DC 20006 DUCOM Inc.
301-58a-0900 Attn:
Young S.
Chung 850 Sligo Avenue Suite 700 Silver Spring, MD 20910
- Diversified Reporting Services Inc.
202-296-2929 Attn:
Elma S.
Dirolf 918 Sixteenth Street N.W.
Suite GCC Washington, DC 20006
- Donald Clark Associates Inc.
702-737-1565 Attn Donald M.
Clerk P.O.
Box 93357 Las Vegas, NV 89193-
- Executive Data Services Center 301-967-9945 Attn:
Delores McGee 5125 Suitland Road #203 Suitland, MD 20746
- Facilities Management Co. Inc.
301-731-8818 Attn Jackie Sims 4388 Lottsford Vista Road Lanham, MD 20706 l
l
-. e - y.- *. mp
~~.e-y=.sg 3; * * ~ +'*mK T
- q' *
" * * *' * {(
' ~ " * * ~ ' ' ' "
l
.a l
l
Page 0
03/24/??
BIDOCR ' S it,I' !NG L IGT FCR
~
SCL I CI Ta~ IC,'? NUMBEF; RS-40M C2-012
'OMPANY PHONE NUMBER
. m-r ; u..c w.w se s are ::J a
.i L..
er him. J ',
Cishcr-Cal Industries la:
609-267-2476
.V; t:n Lu; s A Caldsrc 4.C.
Cc" 757 94 SanCOGan Road
'ol;,,
NJ 0S060
- N obal integrated Systems I r. :.
3Ov-444-eB05 Attn:
Joyce Turner 1799 North State Crem, UT 84037 HBtA :nc.
301 --57 ~- 6 o 46 Attn Cynthia L.
Theell 4601 Pres 1 dents Drive Suite 210 Lanham, MD 20706 Herry L'ahn Associates Inc.
~O 1 ~'97-3390 Attn William F.
Mumma Jr.
1835 Pennsylvania Avenue Hagerstown, MD 21740
- J.H.M.
Research & Development Inc.
202-526-4255 Attn Stephanie Winsica 5776 Second Street N.E.
Washington, DC 20011
~
JANTEC Incuporated 213-859-6366 Altnx Ronald E.
Dykes.
124 Lasky Drive Dever1y Hi11s, CA 90212 JOTON Technology Inc.
319-52'*-0694 Attna Juan O.
Zamora 2212 East 12th Street Davenport, PA S2803
- JUMCO 513-242-0087 Attn Rosario L. Jansen 6418 Vince Street
~
Cincinnati, 0-H 45216
_4 c
.i5,9 T.:..
. --m m y.gagpq v g g g = 7 g g,$ g y,;;
, g.g,,3.;
f;- e v, q
&%-:. ~b Xt%.a.2!:* &&
~
j 1
Page 4-03/24/92 BIDDEP'S MAILING LIST FOR g
SOLICITATION NUMBER:
RS-ADM-92-312 COMPANY PHONE NUMBER (Lerge 3usineses are Identified with an Astertsk')
- Keyboard Communi cati ons Inc.
516-742-0111 Attn:
H.
Pete Erbe Jr.
1 Old Country Road Carle Place, NY 11514 Keyboard Communications Inc.
301-921-8811 Attn James V.
McPhee 6 Montgomery Village Ave.
Suite 600 Gaithersburg, MD 20879
- MEREX Inc.
301-816-0500 Attn Ms. Judy Mermelstein 3206 Tower Oaks Boulevard Suite 300 Rockville, MD 20852
- Mckibbon Management Incorporated 703-892-9763 Attn:
Linda M.
Turner Suite 140 2101 Crystal Plaza Arcade Arlington, VA 22202 Metrica Inc.
409-846-4376 Attna Orestes E.
Yarbrough 3833-iexas Avenue Suite 207 Bryan, TX 77002 Nesco Design Group 301-379-6732 Attn:
Mr. Kim Magers 6810 Deerpath Road Suite 325 Baltimore, MD 21227
...r
_4 c -.,.
s..:..
- DCR International Inc.
301-881-0532 Attn:
Raj-K. Boveja 3
11200 Rockville Pike y
Rockville, MD 20852 r
m.aa.
e i
e' 4 q,. 4*"
W *.
,e,,,,-g ;...
. ~ g p y r... 3, ;s,;y.
m a _.
~.
' s 4
hus.W d"Uy Neiw4 q.'y[%E(j[
l'M - I
' %.$fV O ' 2 -a <
's1.4,
.4..
Pcge 5
03/24/92 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:
RS-ADM-92-312 o(
COMPANY PHONE NUMBER (Large Busineses are IdentiiAed al th an Asterisk)
Precisi on Managernent Analysis Inc.
Attna S.
Edward Larson 451 Hungerford Drive Suite 605 Rockville, MD 20850
- Private Secretary Inc.
1-900-556-6666 Attn:
Glenn Condon P.O.
Box 20447 Cranston, RI O2920 Professional & Scientific Assoc Inc 703-442-9025 Attn:
Reginald E.
Hayes 9201 Greensboro Drive Suite 472 McLaan, VA 22102 Public Affairs International Inc.
301-593-5800 Attn Brosim S.
Ekpone 11200 Lockwood Drive Suite 1509 Silver Spring, MD 20901 RMS Technol ogies Inc.
Attn:
Roger Scott
' 400 McCarzalck Dri.e Landover, MD 20785
- Resource Planning Inc.
301-258-0768 Attn:
R.
N.
Pau.
l 20817 Apollo L.ane Gaithersburg, MD 20000
- S.
R.
Data Entry Service 605-932-3596 Attns' Sharron D.
Rice
. -RR 1 - ( Box 35,.r.d,tm.-
- Peever,.SD 57257
~~
j.
.,. p.
- S.A.I.D.
Inc.
703-532-9190 Attna Ms. Frankie Morgan 417 West Broad Street g Falls Church, yA 22046
~
u.,.
.s u
-.weg-
% f, g,g.w.qc,p.
. q
., eww. v ;.gyg,,, g.
- .;,.,, _,, _ ;;79,, y;g,
- s
..v.
y.r....
' % _* h.~
-+E
.6,44 %
4,,.,,,
- rj
.-wh/.
A.if.
-...;fhyyftp.%m j-
-/
03/24/9" I
BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:
RE 4CM-92-312
~
i COMPANY PHONE NUMBER (Large Bus 2ne.5es are. Ider a f i ed with an Asterisk)
+SRIC 703-827-4946 Rtn.
Cul een Nag',
1710 Goodridge Drive MS 2-7-4 McLean, VA 22107 shir l ey J.
Gregory P.C.
Don 2G32 Merrifield, VA 22116
- Sonalysts Inc.
703-931-0505 Attn:
Valerie J.
Scott 1901 North Beauregard Street Suite 350 Alexandria, VA 22311 State Management Service Inc.
808-531-023.
Attn:
Bernadete Guide:
1188 Bishop Street Century Square Suite 2906 Honolulu, HI 9681.3 Statistica Inc.
301-424-1911 Attn:
Ms. Get1 J oh n son-Mi l l er-30 West Gude Drive Suita 300 Rockvi11e, MD 20050 Technical Specialties Inc'.
301-306-7000 Attn Thomas C.
Pluecker 5001 Forbes Blvd.
P.O.
Box 890 Lanham, MD 20706 Technicor Inc.
703-521-3960 Attn:
Tiffany C.
Addison till Jefferson, Davis Highway East Tower Guite 600 Arlington, VA 22202
- :^8# W DP W D 8M.
- * * ' * * ' NY ' W T N ' ' 'MQ * *. *f S -*
+4*
%4M 4 % Dm
/p6 1 a' '$~)'*
,..;L ;v.
Y
=
.- 4 + w ;
t.
a 4
k.
f.
..g wc., ; 3, a,,,e
" s a.g.
- ..,W, e, ggwp y ' e. 4 e, A,e e..,# 41, o.
v6 *.
mu:...
\\_f..
- w
o nge 03/24/90 i
B!DDER'S MAILING LIST POR t
COLIC!TATION NUMBER:
RS-ADM-72-7.;2 CCMPANt PHOfsE :sUMDER (Lar ge IN*5 s moses are identifi ed with an Aster 19,P)
- The KEEV.. Lompany Inc.
301-500-6000 Attnt DLftM Nuinber s, 11-303-7704 Sil ver Spring Mretro Pl aze One Moi Colesville Road Suite 610 Silver Spr i ng, ND 20910
- The Potomac Grcup 301 - a 77.-9601 Attna Ms. 1:aren Hardy 3908 Ridge Place Bethesda, MD 20017
- The Ressource Data Marmgewn'. Group 510-26c.-224**
Attna Clarence R.
Mt:Gi l l P.D.
02.
'".':!?
i Dayton, OF 45417 Uni ted Ini; net t on Gywtems Inc.
301-5c5
"~~T J.
Si mono Attna Grt 4700 Corrt Place Bldg. D Beltsville, D 20705 Ward IMist d es Inc.
700-836-9700 Attn:
C.
Gino Ward 1000 Nc rt '
ta O c r e e t.
Outte 40 Alexandeie, VA 22324 l
l A
+
f I
l f
,"I-
. -...,,,, n,7 4
n
'N
+,% erg, g # w '*.* - A a -'
- a
- * *' =
wf..s
., sA,a,, =..
- % A* y va 4 -
wp,.,c
+
m*?!.e f' a
FAC 84--49 AUGUST 10, b89 sNN I%RT 53-FORMS 0 301 1409 i
s 1
l e
fr s
e i
i eb i
i f:
BW 5
i i
i;i I"!.
l I
l l
i 1
c N
\\
l Id l
i:
l l
l i
1
_j_
e.__ g, s
M
.8 i
i i
i i
1 l
i
!y 7
5 1
4 4
I i
i pd i
i i
N I D
lEh i
i i }
vi f
,1 1
d' g x
- i
.i s
t e
j i ;
e i
i i
'}a i,s A s. aW I
i i
I g
e
[
i
[i ')
!S tol I
l N
i i
l a,
s kh
@j Q
l l
}
l l
t
!!E
$h f-I g
W s$n k.
[n,0 l
l l
s s Ih 3 b
, ycq 7 :w,M k:Ni. kd
'lk Q,R My 4:4
- gic 3-
+fi p ce '4 hp f 3
i 5:a u:w} ~;q
%u[454(; kg.e$
g<I D
f4
.}
1:
l#
5 t
J' u
tu :h; w
,5
, u+pA le 4 y t
M erwsw r
n
.W pg s
c se..
x 1
i i
i i
i a
i i
1, sg 3.
w gr.
i l
$$k E
4 jg<;.i t ul l
i 5
r%
- c 4 4{
t c.
3 i
i u{
i
=
4si so i
in o
a e
m y
a y
b i
.g a _ 5?
m i
gr 4
i i
?d!
%D 6
it; i
i i
i g
1 ni r
9 4
i i
i I
T
'(( 1 53 ioi 1
ABS 7RACT/ADM92312 i
SUMMARY
OF SUBIOTALS FOR THE GRAND TOTAL OF 831D I
0FFER02:
4.k ! v> //. ? O.ntd_"ai' U 3 ' ~ ~
IFB h0. RS-ADM-92-312 SUB10TAL FOR SU9 TOTAL FOR PROOFREADING NO PROOFREADING YEAR ONEi I.
SAME DAY /0VERNICHT/VFEKEND
$ <- 4 7..t1_.
$ ALIf II. ONE WRKDAY
$ /c Aaifl
- 31. /D III. Il, WORKDAYS
$13 tif. BB,
$.__ #. 7E IV.
THREE WORKDAYS
$ /_?Jr7. 50
$ //. ^'3 V.
FOUR WRKDAYS 5._ll,Jf f.d !:
$_,',2, '(4-VI.
FIVE WDRKDAYS
$ /v a f /4.?f
/r/7 VII. OVER FIVE WURKDAYS
$, / ( '/d'1. / 3
$_ /L th __
$ // > /0.9 70 $fl,A, / '/
A TOTALS FOR YEAR OWE:
- GRAND 70TAL FOR VEAR UNd: %//8,8#7E.8((
YEAR TV0:
T.
SME DAY /0VERNIGHT/ WEEKEND
$ S./J4. 73
$._, d. 6. 3 9 II. ONE WORKDAY
$_/S J ps. vo_.
a / 7s/?_
III. TWO WORKDAYS
$ JSvp2.r,0
/ O JV IV.
THREE WORK 0AYS
$ /.'> 9t t,</f_
s,__p. f r V.
FOUR WORKDAYS
$,p 35; #9
, 2 <v VI.
FIVE WORK 3AYS
$,2 t ?# 4 M,
f S, 9,,
VII. OVER FIVE WORKDAYS
$,f_cgfr. fZ
/r,, n,,
$_//5 '/M. P/ $_L'/'/, $[_ / /f 6 N
- I TOTALS FOR YEAR TV0:
' GRAND TOTAL FOR YEAR TWO: $
3 YEAR THREE:
1.
SAME DAY /0VERNIGHT/ WEEKEND
$ J //S/R 6 7,4 f,_.
II. ONE WORKDAY
$ g r/Jm/,'l
$ e.9 3 'L, III. TWO VORKDAYS
$j e r//. c
/ 9. 9/
IV.
TiiREE WORKDAYS
$.,jaf.s S(_
/ r, '/5 V.
FOUR WORKDAYS
$ /r 4W.
(
/ t. y /
VI.
FIVE WORKDAYS
$_ / / f / C.fi
/r. ji_.
1 VII. OVER FIVE WORKDAYS
$ / H !t,?.E
/ s. JT',_
TOTALS FOR YEAR THREE: $ FM3VMI
$ /F/, S'0
- GRAND 10TAL FOR YEAR-THREE: $k OEO O.
- GRAND TOTAL FOR YEARS ONE,.lVO, AND TilREE: $ 3/2 / $$I0{
7
- 3 rand Total for both proofreading and no proofreading.
.4 pg 40 01 h)
(N e
I i
t) g.
1 e6 i
f $I I
t
,4 4
,v s
t s
3 o
2 I
g I
- NI c
-o k.
3!
\\
i
,t.
4 CJ s
W 5
s i
i 6
7 8
7 s
- w
- p. &D t
.n %%
h eW Og
.J g
.J Z Nh
.T 2m fD eo U
O i.7) a 2
t.
m>
g a
O 4
U,
=
s h
k 2'
o q
2' o
CO
-s-b:
O' o
O L
C 1
B 9
(
~.
Eh be.
f,t:
N Z
$2 O
5.>
8$
!~
l m.
NRC-10-92-312 ABARD/ CONTRACT q
Page 1 of 2
~
- l. THIS CONTRACT 15 A RtTE0 ORDER UNDER DPAS (15 CFR 350) 'l RATING l-
- 2. CONTRACI NO.
- 3. EFFECTIVE DATE
- 4. REQUISITION / PROJECT No.
RS-IFB-ADM-92-312 NRC-10-92-312 gg, /77
- 5. ISSUED BY Code:
- 6. ADMINISTERED BY Code
l (if other than item 5)
U.S. Nuclear Regulatory Commission l U.S. Nuclear Regulatory Commission l
Div. of Contracts & Property Mgmt.
l Div. of Contrects & Property Mgmt.
Contrac: Neg. Br. No. 1; P-1020
- Contrer.t Adm. Br. No. 2; P-902 Washington, DC 20555 Washington, DC 20555
- 7. NAME AND ADDRESS OF CCNTRACTOR
- 9. DEllVERY Keyboard Communications, Inc.
l
[
]
FOB URIGIN Suite 630 l
[X)
OTHER (See below)
Six Montgomery Village Avenue Gaither; burg, MD 20879-3546 l 9. DISCOUNT FOR PROMPT PAYMENT l
N/A Code:
l Facility Cede:
10.5UBM11 INv01CES (4 copies unless otherwise specifled) TO THE ADDRESS SHOWN IN ITEM: 6
- 11. SHIP T0/ MARK FOR CODE l12. FAYMENT WI!.L BE MADE BY CODE See Section F.3 l
U. S. Nuclear Regulatory Commission l
Division of Accounting and Finance l
GOV /COM Accounting Section l
Washington, DC 20555
- 13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION
[ ] 10 U.5.C. 2304(c)( )
[ ] 41 U.S.C. 253(c) (
)
14 ACCOUNTING AND APPROPRIATION DATA B&R: 240-20-06-25-0; FIN D2414-2; APPN: 31X0200. 240; OBLIGATED: $115,128.00 15A.lTEM 15B.5UPPLIESI 15C.QUAUTITY 150. UNIT 15E.UNii 15F. AMOUNT NO.
SERVICES PR!CE Furnish, as ordered, word processing services in accordance with the Schedule herein.
(Ceiling) 15G. TOTAL AMOUN1' 0F CONTRACT
$130,854.07 Prescribed by GSA EXCEPTION TO STANDARD FOR S F26j( REV. 4-85)
FAR(48 CFR) 53.214(a) a m
\\, -
- %tSZ20B u.
y v()
~ ~ ~ " *
..,,,,m...,..m..,,,,,_,,,,,
1 NRC-10-92-312 ASARD/C0t4 TRACT Pago 2 of 2 Pages I fa.
TABLE OF CONTENTS 3
DESCRIDTION PAGE(S)
X SEC PART I - THE SCHEDULE A
SOLICITATION /CCNTRACT FORM B
SUPPLIES OR SERVICES AND PRICES / COSTS C
DESCRIPTION /SPF.CIFICATIONS/ WORK STATEMENT D
PACKMING AND HARKING E
INSPECTION AND ACCEPTAtiCE F
DEllVERIES OR PERFORMANCE G
CONTRACT ADMINISTRATION DATA H
SPECI AL CONTRACT REQUIREMENTS PART II - CONTRACT CLAUSES I
CONTRACT CLAUSES PA'(T 111 - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATT ACHMENTS J
LIST OF ATTACHMENTS PART IV - REPRESENTATIONS AND INSTRUCTIONS REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFER 0R$
K L
INSTRUCTIONS, CONDIT10 tis, AND NOTICES Tf' 0FFER0RS M
EVALUATION FACTORS FOR AWARD CONTR/DiGOFFICERWILLCOMPLETEITdM17OR18ASAPPLICABLE
[X) CONTRAC10R'S NEGOTIAVED AGREEMENT (Contractor is required to sign 17.
this hcument and return three copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all the services set forth or otherwise identified above and on any continuation sheets for the consideration stated herein.
The rights and obligations of the parties to this contract shall be subject to and governed by the following documents: (a) this award / contract, (b) the solicitation, if any, and (c) such provisions, representations, certifications, and specifications, as are attached or incorporated by reference herein.
(Attachments are listed herein.)
18.
[
] AWARD (Contractor is not required to sign this document.) Your offer on Solicitation Number.
, including the additions or changes made by you which additions or changes ere set forth in full above, is hereby accepted as to the items listed above and on any continuation sheets. This award consummates the contract which consists of the following documents: (a)
No the Government's solicitation and your offer, and (b) this award / contract.
further contractual document is necessary.
19A. HAME AND TITLE OF SIGNER l 20A. NAME OF CONTRACTING OFFICER (Type or print) l jf.me.s /< /NChe.c bS[ ANN ~
! $s N!N/E$^
(Signature of person authorized to sign)'
(Signature of' Contra ng Officer) l 20C. DATE SIGNED shib 19C.DATESIGN5rs7w
_L s
EXCEPTION TO'SIAN[fARD ORM 26 (REV.4-85) f l
~
['
m
, __