66
SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS I AUSMO, P I OF 38 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 COý7 CT No, o3, AWARoteFrecT DATE . ORDER O, D, SOLICITATION NUABER I, SOUCITAIION ISSUE DA TE NRC-FQ-12-C-10-0005OT 2 011 NRC-HQ---0-09 7. FOR SO0-CITATION JAME 11 T-LEPNDNEND (NoCoa4"Cobh) B. OFFER DUE DATEAOCAL" INFORMATION CALL: I TIM SISSUEDOy CODE 13100 10 I.THISACQUISITIrO S E UNRE•TRICTEoOR SET ASIDE; 0 ,o, U.S. Nuclear Regulatory CDI=ossion lSMAL tBUS N WVOMEN4OVNED SMALL BUSINESS Division of Contracts, MSA WOSS) EUIGISLE UNDER THE WOMEN-OWNED Attnt Manon Butt, Cont Spc, 301-492-3629 0 HUBZONESMALL WMALLBUNESSPROGRAM NAKiS 485320 Mail Stop TW-0-BOH BUINE ECONOmI.ALLY DMSOVANTAGEOD Washington, DC 20555 SERVICE.ODISABLSD WOIAEN-OWNED SMALL BUSINE5SS VE=TER.AN-OWRD SIZE STANDARD ______ 7LBUSESS M $ Million 11. DEUVERY FOR FOB DESTINA. 12 ,ISCOVNT TERMS t 1, RAT740 TION UNLESS BLOCK IS (SI THS CONTRACT TEA MARKED I Net 30 34 HSCNRC 8AN/A tRATED ORDER UNDER SSEE SCHEDULE tDPAS (15 CFR 700) IJ•ETH Ov %(CITATION SEE LSCEL RFO IF! ERFP 15 DEUVERTO CODE !8, ADMNISTERED BY CODE 1300 u.S. Nuclear Reg-,latcry COlorission U.S. Nuclear Regulatory tosninssion Attn: T. Regiai'd Stansbury, ADTI/DAS/ASC Div. Of Contracts Mail Stop 0-2-A14 Mail Stop: I'B-0i1-B.0N 11555 Rockville Pike Rockville MD 23852 Washington, DC 20555 17a. CONTRACTORAOFFEROR CODE 10553672 1 FACILITY CODE TbS. PAYMENT WILL BE MADE BY CODEJ 310c DREAM -- NAGEM. •NC. Department of Interior / NBC NRCPayment snbC Q. Ov Attn: iscal Services Branch - D2770 7301 W. Manafield Avenue 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT INVOICES TO ADDRESS SHOWN IN BLOCK ieb UNLESS BLOCK BELOW 5 CPECKED ij I7b-. CHECk IF RSMITTANCE IS DIFFERENT AND PUT SUCH AD(DSS IN OFFER E] SEE ADDENDUM lB. 22 Z3 2. 4 ITEM NO. SCHEDULE OF SUpPESISERVICIES QUANT•TY UNIT UNIT PRCE AMOUNT Dream Management, Inc. shall provide all necessary services, personnel, Supervision, and vehicles for Transportation Support Services for U.S. Nuclear Regulatory Comission (1,7C) Senior Staff. in accordance with the Stats:emnt of Work, the Schedu:e of IteMs and Prices, and the contract terms and conditions. Referex:ce Dream management, :nc. 'S Technical Proposal dated September 10, 2011, and the Price Schedule agreed to on October 1', 2011. PTRC Project Officer: T. Reginald Stansbury. 301-415-2095, Regi nald. Stansburygrn.rc.gov Dream Management. Inc. Contacts: Luis Gutierrez, Cantrract AdMinIstraxtor, office 443-552-5513. cell. 443-677-9159, fox 443-957-1617, Igutierrez~dream-mgmC.com grneSt Samuel, Project Manager. office 443-987-2523, fax 443-957-1817, eswsueIBdream-mqsnt,com (USe R@Wtem @rKor AV"a AOdaeif SroWt as Nosowuy) Z5 ACCOLNTINO AND APPROPRIATION DATA S&R:2012-40-5' ?-F19 JCN: D2222 BOC: 252A APPNO: 31X0200 FAI-rISV 123059 OBLIGATE $208.9"78.29 DUNS 135536727 WAICS 48532D PSC V212 26. TOTAL AWARD AMOUNT (FP0 DOA1 Use C0V) $208,978.29 Li 218 SOL;CITA',ON INCORPORATES BY REFERENCE FAR 52.212-1. 2112-4. FAR 52212.3 AND S2 2124 ARE ATTACHED. AD 1 ZT7 CONTRACT(PURCHAZE ORDER INCORPORATES BY REFERENCE FAR 52 212-4. FAR 52.2`12-6 ATTACHED, ADDENDA 26 CONTRACTOR 9S REOUIRED TO SIGN THIS DOCUMENT AND RETURN _ COES TO ISSUINO OFFICE. CONTRACTOR AGREES TO FURNISH AND OELIVER ALL ITEMS SET FORTH OR OTgWSE TOENTIFIMABOVE AND ON ANY ADDITIONAL SkEETS SUSJECj TO CDCrER A NDITONS SPECIFIED -a. SIGNATURE OF 3M. NAME ANC TITLE OF SIGNER (-YPE W PRINT) kUTHORISED FOR LOCALT IEPROOUCTON 4REVIOUS EDITION IS NOT USABLE SUNSI REVIEW COMPLETh RV~sestedbU - FAR (46CPR)53,2121 OCI 31 20'oi TEMPLATE - ADOlOTV

SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS I AUSMO, P I OF 38

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30

COý7 CT No, o3, AWARoteFrecT DATE . ORDER O, D, SOLICITATION NUABER I, SOUCITAIION ISSUE DA TE

NRC-FQ-12-C-10-0005OT 2 011 NRC-HQ---0-09

7. FOR SO0-CITATION JAME 11 T-LEPNDNEND (NoCoa4"Cobh) B. OFFER DUE DATEAOCAL"INFORMATION CALL: I TIM

SISSUEDOy CODE 13100 10 I.THISACQUISITIrO S E UNRE•TRICTEoOR SET ASIDE; 0 ,o,

U.S. Nuclear Regulatory CDI=ossion lSMAL tBUS N WVOMEN4OVNED SMALL BUSINESSDivision of Contracts, MSA WOSS) EUIGISLE UNDER THE WOMEN-OWNEDAttnt Manon Butt, Cont Spc, 301-492-3629 0 HUBZONESMALL WMALLBUNESSPROGRAM NAKiS 485320Mail Stop TW-0-BOH BUINE ECONOmI.ALLY DMSOVANTAGEODWashington, DC 20555 SERVICE.ODISABLSD WOIAEN-OWNED SMALL BUSINE5SSVE=TER.AN-OWRD SIZE STANDARD

______ 7LBUSESS M • $ Million

11. DEUVERY FOR FOB DESTINA. 12 ,ISCOVNT TERMS t 1, RAT740TION UNLESS BLOCK IS (SI THS CONTRACT TEAMARKED I Net 30 34 HSCNRC 8AN/A

tRATED ORDER UNDERSSEE SCHEDULE tDPAS (15 CFR 700) IJ•ETH Ov %(CITATION

SEE LSCEL RFO IF! ERFP

15 DEUVERTO CODE !8, ADMNISTERED BY CODE 1300

u.S. Nuclear Reg-,latcry COlorission U.S. Nuclear Regulatory tosninssionAttn: T. Regiai'd Stansbury, ADTI/DAS/ASC Div. Of ContractsMail Stop 0-2-A14 Mail Stop: I'B-0i1-B.0N11555 Rockville PikeRockville MD 23852 Washington, DC 20555

17a. CONTRACTORAOFFEROR CODE 10553672 1 FACILITY CODE TbS. PAYMENT WILL BE MADE BY CODEJ 310c

DREAM -- NAGEM. •NC. Department of Interior / NBC

NRCPayment snbC Q. Ov

Attn: iscal Services Branch - D27707301 W. Manafield Avenue

210 W 28TH ST Denver CO 80235-2230

BALTIMORE MD 21211-3020TELEPHONE NO

1b. SU•TT INVOICES TO ADDRESS SHOWN IN BLOCK ieb UNLESS BLOCK BELOW 5 CPECKED

ij I 7b-. CHECk IF RSMITTANCE IS DIFFERENT AND PUT SUCH AD(DSS IN OFFER E] SEE ADDENDUM

lB. 22 Z3 2. 4ITEM NO. SCHEDULE OF SUpPESISERVICIES QUANT•TY UNIT UNIT PRCE AMOUNT

Dream Management, Inc. shall provide all necessaryservices, personnel, Supervision, and vehicles forTransportation Support Services for U.S. Nuclear RegulatoryComission (1,7C) Senior Staff. in accordance with theStats:emnt of Work, the Schedu:e of IteMs and Prices, andthe contract terms and conditions.

Referex:ce Dream management, :nc. 'S Technical Proposaldated September 10, 2011, and the Price Schedule agreedto on October 1', 2011.

PTRC Project Officer: T. Reginald Stansbury. 301-415-2095,Regi nald. Stansburygrn.rc.gov

Dream Management. Inc. Contacts:Luis Gutierrez, Cantrract AdMinIstraxtor, office 443-552-5513.cell. 443-677-9159, fox 443-957-1617, Igutierrez~dream-mgmC.com

grneSt Samuel, Project Manager. office 443-987-2523,fax 443-957-1817, eswsueIBdream-mqsnt,com

(USe R@Wtem @rKor AV"a AOdaeif SroWt as Nosowuy)

Z5 ACCOLNTINO AND APPROPRIATION DATA

S&R:2012-40-5' ?-F19 JCN: D2222 BOC: 252A APPNO: 31X0200FAI-rISV 123059 OBLIGATE $208.9"78.29DUNS 135536727 WAICS 48532D PSC V212

26. TOTAL AWARD AMOUNT (FP0 DOA1 Use C0V)

$208,978.29

Li 218 SOL;CITA',ON INCORPORATES BY REFERENCE FAR 52.212-1. 2112-4. FAR 52212.3 AND S2 2124 ARE ATTACHED. AD

1 ZT7 CONTRACT(PURCHAZE ORDER INCORPORATES BY REFERENCE FAR 52 212-4. FAR 52.2`12-6 ATTACHED, ADDENDA

26 CONTRACTOR 9S REOUIRED TO SIGN THIS DOCUMENT AND RETURN _

COES TO ISSUINO OFFICE. CONTRACTOR AGREES TO FURNISH ANDOELIVER ALL ITEMS SET FORTH OR OTgWSE TOENTIFIMABOVE AND ON ANYADDITIONAL SkEETS SUSJECj TO CDCrER A NDITONS SPECIFIED

-a. SIGNATURE OF

3M. NAME ANC TITLE OF SIGNER (-YPE W PRINT)

kUTHORISED FOR LOCALT IEPROOUCTON4REVIOUS EDITION IS NOT USABLE

SUNSI REVIEW COMPLETh

RV~sestedbU -FAR (46CPR)53,2121

OCI 31 20'oiTEMPLATE - ADOlOTV

Page 2: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

19, 20. 21. 22. 23, 24.ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

This is a time and materials type contract.

The period of performance of this contract, for the baseyear, is from December 1, 2011 through November 30, 2012.The term of this contract may be extended at the optionof the government for an additional four option years,as follows:

Option Year One: December 1, 2012 through November 30, 2013Option Year Two: December 1, 2013 through November 30, 2014Option Yr Three: December 1, 2014 through November 30, 2015Option Yr Four: December 1, 2015 through November 30, 2016

The total amount of this contract (ceiling) for the baseyear of performance, for the services ordered, delivered,and accepted under this contract, is $208,978.29.

The amount presently obligated with respect to thiscontract is $208,978.29. The base year is fully funded.

The total amount of this contract for the servicesordered, delivered, and accepted, if all option yearsare exercised, is as follows:

Base Year (current ceiling): $208,978.29Option Year One: $215,205.73Option Year Two: $221,636.01Option Year Three: $228,273.00Option Year Four: $235,117.19

Total Amount, Base Year and 4 Option Years: $1,109,210.22

A detailed Schedule of Items and Prices is shown inSection B of this contract.

Attachments: See Section D of this contract,

32a, QUANTITY IN COLUMN 21 HAS BEEN

D RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:

32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32e. MAiIUNG ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32g. E.MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33, SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED CORRECT 36, PAYMENT 3 CHECK NUMBERFOR COMPLETE PARTIAL D FINAL

38, SIR ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 428. RECEIVED BY (Prinn

415. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41 , DATE42b. RECEIVED AT (Locmtlon)

42C. DATE REC'D (YYIMMODD) I 42d. TOTAL CONTAINERS

STANDARD FORM 1449 (REV. 5W2011) BACK

Page 3: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

Table of Contents

S EC TIO N A ..................................................................................................................................... A -1

A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS ....... A-1

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

B .1 P R O JE C T T IT L E .............................................................................................................. B -1B.2 BRIEF DESCRIPTION OF W ORK ............................................................................... B-1B.3 DURATION OF CONTRACT PERIOD ......................................................................... B-1B.4 STATEM ENT O F W O RK ............................................................................................. B-1B.5 SCHEDULE OF ITEMS AND PRICES ......................................................................... B-1B .6 T Y P E O F C O N TRA C T ..................................................................................................... B-6B.7 CONSIDERATION AND OBLIGATION ......................................................................... B-6

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

C.1 2052.215-71 PROJECT OFFICER AUTHORITY .................................................... C-1C.2 2052.215-70 KEY PERSONNEL (JAN 1993) ............................................................... C-2C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) ......... C-3C.4 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) ..................................... C-3C.5 52.216-18 O RDERING (O CT 1995) ........................................................................... C-3C.6 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984). C-4C.7 DETERMINATION OF MINIMUM WAGES AND FRINGE BENEFITS ....................... C-4C.8 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) .................. C-4C.9 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS ........... C-4C.10 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT

STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (AUG 2011) ........... C-9C.11 52.219-17 SECTION 8(a) AW ARD (DEC 1996) ..................................................... C-14C .12 S E C U R IT Y ................................................................................................................. C -15C.13 BADGE REQUIREMENTS FOR UNESCORTED BUILDING ACCESS TO NRC

FACILITES ...... ................................................ C-16C.14 SECURITY REQUIREMENTS FOR ACCESS TO CLASSIFIED MATTER OR

IN F O R M A T IO N ............................................................................................................ C -17C.15 DRUG FREE WORKPLACE TESTING: UNESCORTED ACCESS TO NUCLEAR

FACILITES, ACCESS TO CLASSIFIED INFORMATION OR SAFEGUARDSINFORMATION, OR PERFORMING IN SPECIALLY SENSITIVE POSITIONS ........... C-18

C.16 NRC INFORMATION TECHNOLOGY SECURITY TRAINING ................................... C-19C.17 APPROPRIATE USE OF GOVERNMENT FURNISHED IT EQUIPMENT AND/OR IT

SERVICES/ACCESS ................................................... C-19C.18 PERSONAL INDENTITY VERIFICATION OF CONTRACTOR PERSONNEL ............ C-20C.19 SAFETY OF ONSITE CONTRACTOR PERSONNEL ................................................ C-20C.20 SAFETY, HEALTH, AND FIRE PROTECTION .......................................................... C-21C.21 GOVERNMENT FURNISHED EQUIPMENT/PROPERTY ......................................... C-21C.22 M INIM UM INSURANCE COVERAGE ....................................................................... C-21C.23 52.228-7 INSURANCE- LIABILITY TO THIRD PERSONS..................................... C-22C.24 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS ................. C-23C.25 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY

M A T T E R S ................................................................................................................. C -24C.26 CURRENT/FORMER AGANCY EMPLOYEE INVOLVEMENT ................................. C-24C.27 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS ..................... C-25C.28 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOR

EMPLOYEES (JULY 2006) ................................................ C-25C.29 AUTHORITY TO USE GOVERNMENT PROVIDED SPACE AT NRC HEADQUARTERS

(JU L 2007) ......................................................................................................... C -25

Page 4: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

C .30 LEG A L H O LIDAY S ................................. ................................................................. C -26C.31 PROHIBITON OF FUNDING TO ACORN (NOV 2009) ................................................ C-26C .3 2 S E A T B E LT S ............................................................................................................... C -26C.33 REDUCING TEXT MESSAGING WHILE DRIVING (OCT 2009) .................................. C-26

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

Page 5: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section B

SECTION B - CONTINUATION BLOCK

BA PROJECT TITLE

The title of this project is as follows:

Transportation Support Services for U.S. Nuclear Regulatory Commission (NRC) Senior Staff

B.2 BRIEF DESCRIPTION OF WORK (MAR 1987)

The contractor shall provide the following services at the NRC headquarters location in Rockville, Maryland:

1. Provide two drivers onsite each federal workday to perform driving requests and other transportation programrelated tasks;

2. Provide additional drivers as needed to perform driving requests on an on-call basis.

These services are required to transport NRC senior staff, and/or related documents, in support of their conduct ofofficial NRC business. All services shall be performed in accordance with the Statement of Work, using eithergovernment vehicles provided by NRC, or vehicles provided by the contractor, as specified in individual work orders.Only NRC Contracting Officers or other NRC individuals specifically authorized under the contract may authorize theperformance of work.

B.3 DURATION OF CONTRACT PERIOD (MAR 1987) ALTERNATE 2 (MAR 1987)

This contract shall commence on December 1, 2011 and will expire on November 30, 2012 (one year). The term ofthis contract may be extended at the option of the Government for an additional four option years.

Period of Performance:Base Year: December 1, 2011 - November 30, 2012Option Year One: December 1, 2012 - November 30, 2013Option Year Two: December 1, 2013 - November 30, 2014Option Year Three: December 1, 2014 - November 30, 2015Option Year Four: December 1, 2015- November 30, 2016

B.4 STATEMENT OF WORK

The Statement of Work is attached.

B.5 SCHEDULE OF ITEMS AND PRICES

NOTE: The quantities specified in the following Schedule are estimates only and are not guaranteed by the NRC.

The services described herein are considered to be a "commercial item." The Contractor shall be paid a fixed unit priceper hour for services performed, with additional reimbursement, as shown below, for other direct costs directly related tothe performance of the work. Reference "OTHER TRANSPORTATION RELATED COSTS (Tolls, Parking Fees,Overnight Travel, Etc.)" in the Statement of Work for clarification of the expenses that will be reimbursed under thiscontract.

B-1

Page 6: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section B

CLIN 0001 -• BASE YEAR (DECEMBER 1, 2011 - NOVEMBER 30, 2012)

A) The following are proposed rates to provide drivers to transport NRC executives and/or their documents usingvehicles provided by NRC:

*Applies when contractor is required to pay overtime in accordance with Service Contract Act.

B) The following are proposed rates to provide drivers to transport NRC executives and/or their documents usingvehicles provided by the contractor:

Estimated] I Unit

CLIN Schedule of Supplies/Services It. Unit AmountQuan Price-

0001lBA IDriver Type 2 HZI W R iW I _

C) Other Direct Costs:

Estimated UnitCLIN Schedule of Supplies/Services Quantity Unit Price Amount

0001 CA Estimated Incentive Payments Not ToExceed

0001CB Estimated Transportation Costs - NTEreimbursement of actual costs fortolls, parking fees, etc.

0001CC Estimated Travel - NTE oreimbursement of actual costs fortravel, up to the rates specified inthe Federal Travel Regulations.No payment to be made withoutbackup receipts/documentation.All travel must be approved inadvance by the NRC ProjectOfficer.

Total Estimated Price For CLIN 0001 (Base Year) = $208,978,29-]

CLIN 0002 - OPTION YEAR ONE (DECEMBER 1, 2012 - NOVEMBER 30, 2013)

A) The following are proposed rates to provide drivers to transport NRC executives and/or their documents usingvehicles provided by NRC:

B-2

Page 7: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section B

CLIN Schedule of Supplies/Services EstimatedQuantity_ L

0002AA Driver Type 10002AB Driver Type I (On-Site Leader)_0002AC Driver Type 1 (Overtime)*

Unit

HRHRHRHR

UnitAmount I

0002AD Driver Type 1 (On-Site Leader)(Overtime)*

I- - 4-0002AE Driver Type 2

O002AF I Driver Type 3 :_ -___

HR

Subtotal

*Applies when contractor is required to pay overtime in accordance with Service Contract Act.

B) The following are proposed rates to provide drivers to transport NRC executives and/or their documents usingvehicles provided by the contractor:

CLIN Schedule of Supplies/Services Estimated Unit Unit AmountSQuant~ _ _

0002BA Driver Type 2 HR

C) Other Direct Costs:

CLIN Schedule of Supplies/ServicesEstimatedQuantity Unit Unit

Price Amount I0002CA Estimated Incentive Payments NTE0002CB Estimated Transportation Costs -

reimbursement of actual costs fortolls, parkirn fees, etc.

NTE

0002CC Estimated Travel - NTEreimbursement of actual costs fortravel, up to the rates specified inthe Federal Travel Regulations.No payment to be made withoutbackup receipts/documentation.All travel must be approved inadvance by the NRC ProjectOfficer.

I Total Estimated Price For CLIN 0002 (Option Year One) = 1 $215,205.73

CLIN 0003 - OPTION YEAR TWO (DECEMBER 1, 2013 - NOVEMBER 30, 2014)

A) The following are proposed rates to provide drivers to transport NRC executives and/or their documents usingvehicles provided by NRC:

CLIN Schedule of Supplies/Services EstinQuai

0003AA Driver TvDe 10003AB Driver Type I (On-Site Leader)

0003AC Driver Type I (Overtime)*0003AD Driver Type 1 (On-Site Leader) __

iated Unitnti U

HRHRHR_

Unit IPriep Amount I

B-3

Page 8: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section B

*Applies when contractor is required to pay overtime in accordance with Service Contract Act.

B) The following are proposed rates to provide drivers to transport NRC executives and/or their documents usingvehicles provided by the contractor:

CLIN Schedule of Supplies/Services UeUnit AmountE ntimted U Price0003BA Driver Type 2 QaHR J

C) Other Direct Costs:

CLIN Schedule of Supplies/Services EstimatedQuantity Unit Unit

Price Amount4 4

0003CA I Estimated Incentive Payments NTE0003CB Estimated Transportation Costs -

reimbursement of actual costs fortolls, parking fees, etc.

NTE

0003CC Estimated Travel - NTEreimbursement of actual costs fortravel, up to the rates specified inthe Federal Travel Regulations.No payment to be made withoutbackup receipts/documentation.All travel must be approved inadvance by the NRC ProjectOfficer.

Total Estimated Price For CLIN 0003 (Option Year Two) = $221,636.01

CLIN 0004 - OPTION YEAR THREE (DECEMBER 1, 2014 - NOVEMBER 30, 2015)

A) The following are proposed rates to provide drivers to transport NRC executives and/or their documents usingvehicles-provided by NRC:

CLIN Schedule of Supplies/Services EstimQuar,

0004AA Driver Type 10004AB Driver Type 1 (On-Site Leader)0004AC Driver Type I (Overtime)*0004AD Driver Type 1 (On-Site Leader)

_(Overtime)*

0004AE Driver Type 20004AF Driver Type 3

ated UiUtit

H RIHIRHRHR

HR

UnitPrice Amount

r

Subtotal "T$_2

B-4

Page 9: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

ISIRC-1-110-12-CAO-0005 Section B

*Applies when contractor is required to pay overtime in accordance with Service Contract Act.

B) The following are proposed rates to provide drivers to transport NRC executives and/or their documents usingvehicles provided by the contractor:

I Estimated UnitCUN Schedule of Supplies/Services Unit Pice Amount

0004BA Driver Type 2 HR

C) Other Direct Costs:

CLIN Schedule of Supplies/Services Estimated Unit UnitQuantity Price Amount

0004CA Estimated Incentive Payments NTE0004CB Estimated Transportation Costs - NTE

reimbursement of actual costs fortolls, parking fees, etc.

0004CC Estimated Travel - NTEreimbursement of actual costs fortravel, up to the rates specified inthe Federal Travel Regulations.No payment to be made withoutbackup receipts/documentation.All travel must be approved inadvance by the NRC ProjectOfficer.

Total Estimated Price For CLIN 0004 (Option Year Three) = $228,273.00

CLIN 0005 - OPTION YEAR FOUR (DECEMBER 1, 2015 - NOVEMBER 30, 2016)

A) The following are proposed rates to provide drivers to transport NRC executives and/or their documents usingvehicles provided by NRC:

CUN Schedule of Supplies/Services EstimiQuani

0005AA Driver Type 10005AB Driver Type 1 (On-Site Leader) .30005AC Driver Ty v *.0005AD Driver Type 1 (On-Site Leader)

(Overtime)*0005AE Driver Type 20005AF Driver Type 3

ted ..Unit

HRHRHRHR

HRHR

Unit AmountPript- I

- I

ISubtotal

*Applies when contractor is required to pay overtime in accordance with Service Contract Act.

B) The following are proposed rates to provide drivers to transport NRC executives and/or their documents usingvehicles provided by the contractor:

B-5

Page 10: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section B

NC EstimatCeI Unit0 SectontCLIN Schedule of Supplies/Services stid Unit Unit Amount0005BA Driver Type 2 HR _ _

C) Other Direct Costs:

CLIN Schedule of Supp1ies/Services I uantimated Unit Unit AmountSceulI Quantity IP rice0005CA IEstimated Incentive Payments I NTE I___ I____ I_0005CB Estimated Transportation Costs - NTE

reimbursement of actual costs fortolls, parkinq fees, etc.

0005CC Estimated Travel - NTEreimbursement of actual costs fortravel, up to the rates specified inthe Federal Travel Regulations.No payment to be made withoutbackup receipts/documentation.All travel must be approved inadvance by the NRC ProjectOfficer.

Total Estimated Price For CLIN 0005 (Option Year Four) = $235,117.19

Total Estimated Price For Base Year through Option Year Four =T $1,109,210.22

B.6 52.216-1 TYPE OF CONTRACT (APR 1984)

This is a Time and Materials type contract.

B.7 CONSIDERATION AND OBLIGATION--TIME AND MATERIALS (JUN 1988)

The total estimated amount of this contract (ceiling) for the base year for the products/services ordered, delivered,and accepted under this contract is $208,978.29. The amount presently obligated with respect to this contract is$208,978.29. The base year is fully funded. The obligated amount shall, at no time, exceed the contract ceilingspecified above. When and if the amount(s) paid and payable to the Contractor hereunder shall equal the obligatedamount, the Contractor shall not be obligated to continue performance of the work unless and until the ContractingOfficer shall increase the amount obligated with respect to this contract. Any work undertaken by the Contractor inexcess of the obligated amount specified above is done so at the Contractor's sole risk.

B-6

Page 11: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

SECTION C - CONTRACT CLAUSES

CA 2052.215-71 PROJECT OFFICER AUTHORITY

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

Name: T. Reginald Stansbury

Address: U.S. Nuclear Regulatory CommissionMail Stop O-2-A1411555 Rockville PikeRockville, MD 20852

Telephone Number: 301-415-2095Email: Reginald. Stansburyv(,nrc.qov

(b) Performance of the work under this contract is subject to the technical direction of the NRC project officer. Theterm "technical direction" is defined to include the following:

(1) Technical direction to the contractor which shifts work emphasis between areas of work or tasks, authorizestravel which was unanticipated in the Schedule (i.e., travel not contemplated in the Statement of Work or changes tospecific travel identified in the Statement of Work), fills in details, or otherwise serves to accomplish the contractualstatement of work.

(2) Provide advice and guidance to the contractor in the preparation of drawings, specifications, or technicalportions of the work description.

(3) Review and, where required by the contract, approval of technical reports, drawings, specifications, andtechnical information to be delivered by the contractor to the Government under the contract.

(c) Technical direction must be within the general statement of work stated in the contract. The project officer does

not have the authority to and may not issue any technical direction which:

(1) Constitutes an assignment of work outside the general scope of the contract.

(2) Constitutes a change as defined in the "Changes" clause of this contract.

(3) In any way causes an increase or decrease in the total estimated contract cost, the fixed fee, if any, or the timerequired for contract performance.

(4) Changes any of the expressed terms, conditions, or specifications of the contract.

(5) Terminates the contract, settles any claim or dispute arising under the contract, or issues any unilateraldirective whatever.

(d) All technical directions must be issued in writing by the project officer or must be confirmed by the project officerin writing within ten (10) working days after verbal issuance. A copy of the written direction must be furnished to thecontracting officer. A copy of NRC Form 445, Request for Approval of Official Foreign Travel, which has received finalapproval from the NRC must be furnished to the contracting officer.

C-1

Page 12: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-1 2-C-1 0-0005 Section C

(e) The contractor shall proceed promptly with the performance of technical directions duly issued by the projectofficer in the manner prescribed by this clause and within the project officer's authority under the provisions of thisclause.

(f) If, in the opinion of the contractor, any instruction or direction issued by the project officer is within one of thecategories as defined in paragraph (c) of this section, the contractor may not proceed but shall notify the contractingofficer in writing within five (5) working days after the receipt of any instruction or direction and shall request thecontracting officer to modify the contract accordingly. Upon receiving the notification from the contractor, thecontracting officer shall issue an appropriate contract modification or advise the contractor in writing that, in thecontracting officer's opinion, the technical direction is within the scope of this article and does not constitute a changeunder the "Changes" clause.

(g) Any unauthorized commitment or direction issued by the project officer may result in an unnecessary delay in thecontractor's performance and may even result in the contractor expending funds for unallowable costs under thecontract.

(h) A failure of the parties to agree upon the nature of the instruction or direction or upon the contract action to betaken with respect thereto is subject to 52.233-1 - Disputes.

(i) In addition to providing technical direction as defined in paragraph (b) of the section, the project officer shall:

(1) Monitor the contractor's technical progress, including surveillance and assessment of performance, andrecommend to the contracting officer changes in requirements.

(2) Assist the contractor in the resolution of technical problems encountered during performance.

(3) Review all costs requested for reimbursement by the contractor and submit to the contracting officerrecommendations for approval, disapproval, or suspension of payment for supplies and services required under thiscontract.

(4) Assist the contractor in obtaining the badges for the contractor personnel.

(5) Immediately notify the Personnel Security Branch, Division of Facilities and Security (PERSEC/DFS) (viae-mail) when a contractor employee no longer requires access authorization and return the individual's badge toPERSEC/DFS within three days after their termination.

C.2 2052.215-70 KEY PERSONNEL (JAN 1993)

(a) The following individuals are considered to be essential to the successful performance of the work hereunder:

Luis Gutierrez, Contract Administrator, Baltimore Office- 210 W. 2 8 th Street, Baltimore, MD 21211Ernest Samuel, Project Manager, DC Office - 1337 B Pennsylvania Avenue, SE, Washington, DC 20003Jonathan Jones, On-Site Lead Driver (Type 1 Driver), cell 240-640-3297, ioniones3431,yahoo.comMark McGlennon, On-Site Driver (Type 1 Driver)

The contractor agrees that personnel may not be removed from the contract work or replaced without compliance withparagraphs (b) and (c) of this section.

(b) If one or more of the key personnel, for whatever reason, becomes, or is expected to become, unavailable forwork under this contract for a continuous period exceeding 30 work days, or is expected to devote substantially lesseffort to the work than indicated in the proposal or initially anticipated, the contractor shall immediately notify the

C-2

Page 13: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

contracting officer and shall, subject to the concurrence of the contracting officer, promptly replace the personnel withpersonnel of at least substantially equal ability and qualifications.

(c) Each request for approval of substitutions must be in writing and contain a detailed explanation of thecircumstances necessitating the proposed substitutions. The request must also contain a complete resume for theproposed substitute and other information requested or needed by the contracting officer to evaluate the proposedsubstitution. The contracting officer and the project officer shall evaluate the contractor's request and the contractingofficer shall promptly notify the contractor of his or her decision in writing.

(d) If the contracting officer determines that suitable and timely replacement of key personnel who have beenreassigned, terminated, or have otherwise become unavailable for the contract work is not reasonably forthcoming, orthat the resultant reduction of productive effort would be so substantial as to impair the successful completion of thecontract or the service order, the contract may be terminated by the contracting officer for default or for the convenienceof the Government, as appropriate. If the contracting officer finds the contractor at fault for the condition, the contractprice or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, ordamage.

C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 10 days of theexpiration date of the contract; provided that the Government gives the Contractor a preliminary written notice of itsintent to extend at least 20 days before the contract expires. The preliminary notice does not commit the Government toan extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

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

C.4 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in thecontract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary ofLabor. The option provision may be exercised more than once, but the total extension of performance hereunder shallnot exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10days of the expiration date of the contract.

C.5 52.216-18 ORDERING (OCT 1995)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders ortask orders by the individuals or activities designated in the Schedule. Such orders may be issued from the effective dateof the contract through the end date of the current performance period.

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

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

C-3

Page 14: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

C.6 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)

Funds are not presently available for performance under this contract beyond November 30, 2012. TheGovernment's obligation for performance of this contract beyond that date is contingent upon the availability ofappropriated funds from which payment for contract purposes can be made. No legal liability on the part of theGovernment for any payment may arise for performance under this contract beyond November 30, 2012, until funds aremade available to the Contracting Officer for performance and until the Contractor receives notice of availability, to beconfirmed in writing by the Contracting Officer.

C.7 DETERMINATION OF MINIMUM WAGES AND FRINGE BENEFITS (NOV 1989)

Each employee of the Contractor or any subcontractor performing services under this contract shall be paid at leastthe minimum allowable monetary wage and fringe benefits prescribed under the U.S. Department of Labor WageDetermination which is attached (See Section D for List of Attachments).

C.8 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given infull text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may beaccessed electronically at this/these address(es):

http://www.arnet.gov/far

52.245-1 GOVERNMENT PROPERTY AUG 201052,237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984)

C.9 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010)

(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to therequirements of this contract. The Government reserves the right to inspect or test any supplies or services that havebeen tendered for acceptance. The Government may require repair or replacement of nonconforming supplies orreperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance willnot correct the defects or is not possible, the Government may seek an equitable price reduction or adequateconsideration for acceptance of nonconforming supplies or services. The Government must exercise itspost-acceptance rights-

(1) Within a reasonable time after the defect was discovered or should have been discovered; and

(2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in theitem.

(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result ofperformance of this contract to a bank, trust company, or other financing institution, including any Federal lendingagency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment(e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receivepayment under this contract.

(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of theparties.

C-4

Page 15: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

(d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failureof the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arisingunder or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1,Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of thiscontract, pending final resolution of any dispute arising under the contract,

(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.

(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrencebeyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the publicenemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantinerestrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify theContracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay,setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, andshall promptly give written notice to the Contracting Officer of the cessation of such occurrence.

(g) Invoice.

(1) The Contractor shall submit an original invoice and three copies(or electronic invoice, if authorized) to theaddress designated in the contract to receive invoices. An invoice must include-

(i) Name and address of the Contractor;

(ii) Invoice date and number;

(iii) Contract number, contract line item number and, if applicable, the order number;

(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;

(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shippedon Government bill of lading;

(vi) Terms of any discount for prompt payment offered;

(vii) Name and address of official to whom payment is to be sent;

(viii) Name, title, and phone number of person to notify in event of defective invoice; and

(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if requiredelsewhere in this contract.

(x) Electronic funds transfer (EFT) banking information.

(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in thiscontract.

(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice,the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitationprovision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-- Central Contractor Registration, or52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agencyprocedures.

(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.

C-5

Page 16: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office ofManagement and Budget (OMB) prompt payment regulations at 5 CFR part 1315.

(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents againstliability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any UnitedStates or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractoris reasonably notified of such claims and proceedings.

(i) Payment.-

(1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to thedelivery destinations set forth in this contract.

(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C.3903) and prompt payment regulations at 5 CFR part 1315.

(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for theappropriate EFT clause.

(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of theinvoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the datewhich appears on the payment check or the specified payment date if an electronic funds transfer payment is made.

(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that theGovernment has otherwise overpaid on a contract financing or invoice payment, the Contractor shall--

(i) Remit the overpayment amount to the payment office cited in the contract along with a description of theoverpayment including the--

(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s)

of overpayment);

(B) Affected contract number and delivery order number, if applicable;

(C) Affected contract line item or subline item, if applicable; and

(D) Contractor point of contact.

(ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer.

(6) Interest.

(i) All amounts that become payable by the Contractor to the Government under this contract shall bear simpleinterest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interestrate established by the Secretary of the Treasury as provided in Section 611 of the Contract Disputes Act of 1978 (PublicLaw 95-563), which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause,and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid.

(ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under thecontract.

(iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if--

C-6

Page 17: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

(A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of adebt within 30 days;

(B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timelinespecified in the demand for payment unless the amounts were not repaid because the Contractor has requested aninstallment payment agreement; or

(C) The Contractor requests a deferment of collection on a debt previously demanded by the ContractingOfficer (see 32.607-2).

(iv) If a demand for payment Was previously issued for the debt, the demand for payment included in the final

decision shall identify the same due date as the original demand for payment.

(v) Amounts shall be due at the earliest of the following dates:

(A) The date fixed under this contract.

(B) The date of the first written demand for payment, including any demand for payment resulting from a defaulttermination.

(vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the duedate and ending on-

(A) The date on which the designated office receives payment from the Contractor;

(B) The date of issuance of a Government check to the Contractor from which an amount otherwise payablehas been withheld as a credit against the contract debt; or

(C) The date on which an amount withheld and applied to the contract debt would otherwise have becomepayable to the Contractor.

(vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 ofthe Federal Acquisition Regulation in effect on the date of this contract.

(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided

under this contract shall remain with the Contractor until, and shall pass to the Government upon:

(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or

(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b.destination.

(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.

(I) Termination for the Government's convenience. The Government reserves the right to terminate this contract, orany part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all workhereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to theterms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of thework performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to thesatisfaction of the Government using its standard record keeping system, have resulted from the termination. TheContractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose.This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not bepaid for any work performed or costs incurred which reasonably could have been avoided.

C-7

Page 18: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event ofany default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails toprovide the Government, upon request, with adequate assurances of future performance. In the event of termination forcause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and theContractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined thatthe Government improperly terminated this contract for default, such termination shall.be deemed a termination for

.convenience.

(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to theGovernment upon acceptance, regardless of when or where the Government takes physical possession.

(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit foruse for the particular purpose described in this contract.

(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to theGovernment for consequential damages resulting from any defect or deficiencies in accepted items.

(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executiveorders, rules and regulations applicable to its performance under this contract.

(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating toofficials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58,Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, FlyAmerican; and 41 U.S.C. 423 relating to procurement integrity.

(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence inthe following order:

(1) The schedule of supplies/services.

(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique toGovernment Contracts paragraphs of this clause.

(3) The clause at 52.212-5.

(4) Addenda to this solicitation or contract, including any license agreements for computer software.

(5) Solicitation provisions if this is a solicitation.

(6) Other paragraphs of this clause.

(7) The Standard Form 1449.

(8) Other documents, exhibits, and attachments

(9) The specification.

(t) Central Contractor Registration (CCR).

(1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance andthrough final payment of any contract for the accuracy and completeness of the data within the CCR database, and forany liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCRdatabase after the initial registration, the Contractor is required to review and update on an annual basis from the date of

C-8

Page 19: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate andcomplete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitutefor a properly executed contractual document.

(2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whicheveris shown on the contract), or has transferred the assets used in performing the contract, but has not completed thenecessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractorshall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to(A) change the name in the CCR database; (B) comply with the requirements of subpart 42.12; and (C) agree in writingto the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with thenotification sufficient documentation to support the legally changed name.

(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform theagreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation orchange-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated inthe contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraphof the electronic funds transfer (EFT) clause of this contract.

(3) The Contractor shall not change the-name or address for EFT payments or manual payments, as appropriate, in.the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment ofClaims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCRrecord that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will beconsidered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clauseof this contract.

(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via theinternet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757.

C.10 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OREXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2011)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which areincorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitionsof commercial items:

(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)).

(2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).

(3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78)

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicatedas being incorporated in this contract by reference to implement provisions of law or Executive orders applicable toacquisitions of commercial items:

[X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402).

[] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 201 0)(Pub. L. 110-252, Title VI, Chapter1 (41 U.S.C. 251 note)).

C-9

Page 20: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

U (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of2009.)

[ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L.109-282) (31 U.S.C. 6101 note).

[ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (JUL 2010) (Pub. L.111-5).

[X] (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note).

U (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of

Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161)

fl (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (JAN 2011) (15 U.S.C. 657a).

0 (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concems (JAN 2011) (if theofferor elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

r (10) [Reserved]

fX] (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).

U (ii) Alternate I (Oct 1995) of 52.219-6.

fl (iii) Alternate II (Mar 2004) of 52.219-6.

0 (12)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).

U (ii) Alternate I (Oct 1995) of 52.219-7.

0 (iii) Alternate II (Mar 2004) of 52.219-7.

[X] (13) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637(d)(2) and (3)).

0 (14)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2011) (15 U.S.C. 637(d)(4)).

U (ii) Alternate I (Oct 2001) of 52.219-9.

a (iii) Alternate II (Oct 2001) of 52.219-9.

[] (iv) Alternate III (JUL 2010) of 52.219-9.

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

U (16) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).

[] (17)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer.)

[] (ii) Alternate I (June 2003) of 52.219-23.C-10

Page 21: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

[] (18) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting(DEC 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

(19) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).

[] (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15U.S.C. 657 f).

[X] (21) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)).

(22) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business(EDWOSB) Concerns (APR 2011).

[] (23) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Underthe WOSB Program (APR 2011).

[X] (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755).

[] (25) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126).

[X] (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).

[X] (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

[X] (28) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).

[X] (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 201.0) (29 U.S.C. 793).

[X] (30) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212).

[X] (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O.13496).

[X] (32) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable tothe acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in22.1803.)

[] (33)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008)(42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

0 (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition ofcommercially available off-the-shelf items.)

U (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b).

[] (35)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products(DEC 2007) (E.O. 13423).

j (ii) Alternate I (DEC 2007) of 52.223-16.

[X] (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

C-1I

Page 22: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

0 (37) 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. I0a-10d).

0 (38)(i) 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (JUN 2009) (41 U.S.C.10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302,109-53 and 109-169, 109-283, and 110-138).

[] (ii) Alternate I (Jan 2004) of 52.225-3.

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

a (39) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

[X] (40) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutesadministered by the Office of Foreign Assets Control of the Department of the Treasury).

o (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).

[ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C.5150).

[] (43) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10U.S.C. 2307(f)).

[ (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).

[X] (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31U.S.C. 3332).

[ (46) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999)(31 U.S.C. 3332).

O (47) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332).

[] (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).

D (49)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx.1241(b) and 10 U.S.C. 2631).

[] (ii) Alternate I (Apr 2003) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, thatthe Contracting Officer has indicated as being incorporated in this contract by reference to ihiplement provisions of lawor Executive orders applicable to acquisitions of commercial items:

[X] (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

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

Employee Class Monetary Wage-Fringe Benetits

[X] (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year andOption Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

C-12

Page 23: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-1 2-C-1 0-0005 Section C

[ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.).

[ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance,Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.).

] (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain

Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.).

I0 (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247)

0 (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 511 2 (p)(1)).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph(d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and doesnot contain the clause at 52.215-2, Audit and Records-Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shallhave access to and right to examine any of the Contractor's directly pertinent records involving transactions related tothis contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and otherevidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorterperiod specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contractis completely or partially terminated, the records relating to the work terminated shall be made available for 3 years afterany resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or thesettlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, orclaims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and otherdata, regardless of type and regardless of form. This does not require the Contractor to create or maintain any recordthat the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this-clause, theContractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract forcommercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1(41 U.S.C. 251 note)).

(ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in allsubcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small businessconcerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iii) [Reserved]

(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).

(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

C-1 3

Page 24: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O.

13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

(ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).

(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration,or Repair of Certain Equipment--Requirements "(Nov 2007)" (41 U.S.C. 351, et seq.).

(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for CertainServices-Requirements (FEB 2009)(41 U.S.C. 351, et seq.).

(xii) 52.222-54, Employee Eligibility Verification (JAN 2009)

(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flowdown required in accordance with paragraph (e) of FAR clause 52.226-6.

-(xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx.1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number ofadditional clauses necessary to satisfy its contractual obligations.

CA 1 52.219-17 SECTION 8(a) AWARD (DEC 1996)

(a) By execution of a contract, the Small Business Administration (SBA) agrees to the following:

(1) To fumish the supplies or services set forth in the contract according to the specifications and the terms andconditions by subcontracting with the Offeror who has been determined an eligible concern pursuant to the provisions ofsection 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)).

(2) Except for novation agreements and advance payments, delegates to the Nuclear Regulatory Commission theresponsibility for administering the contract with complete authority to take any action on behalf of the Governmentunder the terms and conditions of the contract; provided, however that~the contracting agency shall give advance noticeto the SBA before it issues a final notice terminating the right of the subcontractor to proceed with further performance,either in whole or in part, under the contract.

(3) That payments to be made under the contract will be made directly to the subcontractor by the contractingactivity.

(4) To notify the Nuclear Regulatory Commission Contracting Officer immediately upon notification by thesubcontractor that the owner or owners upon whom 8(a) eligibility was based plan to relinquish ownership or control ofthe concern.

(5) That the subcontractor awarded a subcontract hereunder shall have the right of appeal from decisions of thecognizant Contracting Officer under the "Disputes" clause of the subcontract.

(b) The offeror/subcontractor agrees and acknowledges that it will, for and on behalf of the SBA, fulfill and performall of the requirements of the contract.

C-14

Page 25: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

(c) The offeror/subcontractor agrees that it will not subcontract the performance of any of the requirements of thissubcontract to any lower tier subcontractor without the prior written approval of the SBA and the cognizant ContractingOfficer of the Nuclear Regulatory Commission.

C.12 2052.204.70 SECURITY (MAR 2004)

(a) Contract Security and/or Classification Requirements (NRC Form 187). The policies, procedures, and criteria ofthe NRC Security Program, NRC Management Directive (MD) 12 (including MD 12.1, "NRC Facility Security Program;"MD 12.2, "NRC Classified Information Security Program;" MD 12.3, "NRC Personnel Security Program;" MD 12.4, "NRCTelecommunications Systems Security Program;" MD 12.5, "NRC Automated Information Systems Security Program;"and MD 12.6, "NRC Sensitive Unclassified Information Security Program"), apply to performance of this contract,subcontract or other activity. This MD is incorporated into this contract by reference as though fully set forth herein.The attached NRC Form 187 (See List of Attachments) furnishes the basis for providing security and classificationrequirements to prime contractors, subcontractors, or others (e.g., bidders) who have or may have an NRC contractualrelationship that requires access to classified Restricted Data or National Security Information or matter, access tosensitive unclassified information (e.g., Safeguards), access to sensitive Information Technology (IT) systems or data,unescorted access to NRC controlled buildings/space, or unescorted access to protected and vital areas of nuclearpower plants.

(b) It is the contractor's duty to protect National Security Information, Restricted Data, and Formerly Restricted Data.The contractor shall, in accordance with the Commission's security regulations and requirements, be responsible forprotecting National Security Information, Restricted Data, and Formerly Restricted Data, and for protecting againstsabotage, espionage, loss, and theft, the classified documents and material in the contractors possession in connectionwith the performance of work under this contract. Except as otherwise expressly provided in this contract, thecontractor shall, upon completion or termination of this contract, transmit to the Commission any classified matter in thepossession of the contractor or any person under the contractor's control in connection with performance of this contract.If retention by the contractor of any classified matter is required after the completion or termination of the contract andthe retention is approved by the contracting officer, the contractor shall complete a certificate of possession to befurnished to the Commission specifying the classified matter to be retained. The certification must identify the itemsand types or categories of matter retained, the conditions governing the retention of the matter and their period ofretention, if known. If the retention is approved by the contracting officer, the security provisions of the contractcontinue to be applicable to the matter retained.

(c) In connection with the performance of the work under this contract, the contractor may be furnished, or maydevelop or acquire, safeguards information, or confidential or privileged technical, business, or financial information,including Commission plans, policies, reports, financial plans, internal data protected by the Privacy Act of 1974 (Pub.L. 93.579), or other information which has not been released to the public or has been determined by the Commission tobe otherwise exempt from disclosure to the public. The contractor shall ensure that information protected from publicdisclosure is maintained as required by NRC regulations and policies, as cited in this contract or as otherwise providedby the NRC. The contractor will not directly or indirectly duplicate, disseminate, or disclose the information in whole orin part to any other person or organization except as may be necessary to perform the work under this contract. Thecontractor agrees to return the information to the Commission or otherwise dispose of it at the direction of the contractingofficer. Failure to comply with this clause is grounds for termination of this contract.

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

The contractor agrees to comply with the security requirements set forth in NRC Management Directive 12.1, NRCFacility Security Program which is incorporated into this contract by reference as though fully set forth herein. Attention

C-15

Page 26: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

is directed specifically to the section titled "Infractions and Violations," including "Administrative Actions" and "ReportingInfractions."

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

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

(g) Definition of Formerly Restricted Data. The term Formerly Restricted Data, as used in this clause, means all dataremoved from the Restricted Data category under Section 142-d of the Atomic Energy Act of 1954, as amended.

(h) Definition of Safeguards Information. Sensitive unclassified information that specifically identifies the detailedsecurity measures of a licensee or an applicant for the physical protection of special nuclear material; or securitymeasures for the physical protection and location of certain plant equipment vital to the safety of production of utilizationfacilities. Protection of this information is required pursuant to Section 147"of the Atomic Energy Act of 1954, asamended.

(i) Security Clearance. The contractor may not permit any individual to have access to Restricted Data, FormerlyRestricted Data, or other classified information, except in accordance with the Atomic Energy Act of 1954, as amended,and the Commission's regulations or requirements applicable to the particular type or category of classified informationto which access is required. The contractor shall also execute a Standard Form 312, Classified InformationNondisclosure Agreement, when access to classified information is required.

(j) Criminal Liabilities. It is understood that disclosure of National Security Information, Restricted Data, andFormerly Restricted Data relating to the work or services ordered hereunder to any person not entitled to receive it, orfailure to safeguard any Restricted Data, Formerly Restricted Data, or any other classified matter that may come to thecontractor or any person under the contractor's control in connection with work under this contract, may subject thecontractor, its agents, employees, or subcontractors to criminal liability under the laws of the United States. (See theAtomic Energy Act of 1954, as amended, 42 U.S.C. 2011 et seq.; 18 U.S.C. 793 and 794; and Executive Order 12958.)

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

(I) In performing the contract work, the contractor shall classify all documents, material, and equipment originated orgenerated by the contractor in accordance with guidance issued by the Commission. Every subcontract and purchaseorder issued hereunder involving the origination or generation of classified documents, material, and equipment mustprovide that the subcontractor or supplier assign classification to all documents, material, and equipment in accordancewith guidance furnished by the contractor.

C.13 2052.204-71 BADGE REQUIREMENTS FOR UNESCORTED BUILDING ACCESS TO NRCFACILITIES (MAR 2006)

During the life of this contract, the rights of ingress and egress for contractor personnel must be made available, asrequired, provided that the individual has been approved for unescorted access after a favorable adjudication from theSecurity Branch, Division of Facilities and Security (SB/DFS).

In this regard, all contractor personnel whose duties under this contract require their presence on site shall be clearlyidentifiable by a distinctive badge furnished by the NRC. The Project Officer shall assist the contractor in obtaining

C-1 6

Page 27: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

badges for the contractor personnel. All contractor personnel must present two forms of Identity Source Documents(1-9). One of the documents must be a valid picture ID issued by a state or by the Federal Government. Original 1-9documents must be presented in person for certification. A list of acceptable 'documents can be found athttp://www.usdoj.gov/crt/recruit employ/i9form.pdf. It is the sole responsibility of the contractor to ensure that eachemployee has a proper NRC-issued identification/badge at all times. All photo-identification badges must beimmediately (no later than three days) delivered to SB/DFS for cancellation or disposition upon the termination ofemployment of any contractor personnel. Contractor personnel must display any NRC issued badge in clear view at alltimes during on site performance under this contract. It is the contractor's duty to assure that contractor personnel enteronly those work areas necessary for performance of contract work, and to assure the protection of any Governmentrecords or data that contractor personnel may come into contact with.

C.14 SECURITY REQUIREMENTS FOR ACCESS TO CLASSIFIED MATTER OR INFORMATION (JUL2007)

Performance under this contract will require access to classified matter or information (National Security Informationor Restricted Data) in accordance with the attached NRC Form 187 (See List of Attachments). Prime Contractorpersonnel, subcontractors or others performing work under this contract shall require a "Q" security clearance (allowsaccess to Top Secret, Secret, and Confidential National Security Information and Restricted Data) or a "L" securityclearance (allows access to Secret and Confidential National Security Information and/or Confidential Restricted Data).

The proposer/Contractor must identify all individuals to work under this contract and propose the type of securityclearance required for each. The NRC sponsoring office shall make the final determination of the type of securityclearance required for all individuals working under this contract.

The Contractor shall conduct a preliminary security interview or review for each security clearance Contractor,subcontractor employee and consultant and submit to the Government only the names of candidates that have areasonable probability of obtaining the level of security clearance for which the candidate has been proposed. TheContractor will pre-screen applicants for the following:

(a) pending criminal charges or proceedings; (b) felony arrest records including alcohol related arrest within the lastseven years; (c) record of any military courts-martial charges and proceedings in the last seven years and courts-martialconvictions in the last ten years; (d) any involvement in hate crimes; (e) involvement in any group or organization thatespouses extra-legal violence as a legitimate means to an end; (f) dual or multiple citizenship including the issuance of aforeign passport in the last seven years; (g) illegal use possession, or distribution of narcotics or other controlledsubstances within the last seven years; (h) financial issues regarding delinquent debts, liens, garnishments, bankruptcyand civil court actions in the last seven years.

The Contractor will make a written record of their pre-screening interview or review (including any information tomitigate the responses to items listed in (a) - (h)), and have the candidate verify the record, sign and date it. Two copiesof the signed interview record or review will be supplied to FSB/DFS with the applicant's completed security applicationpackage.

The Contractor will further ensure thAall Contractor employees, subcontractor employees and consultants forclassified information access approval complete all security applications required by this clause within ten business daysof notification by FSB/DFS of initiation of the application process. Timely receipt of properly completed securityapplications (submitted for candidates that have a reasonable probability of obtaining the level of security clearance forwhich the candidate has been proposed) is a contract requirement. Failure of the Contractor to comply with thiscondition may be a basis to cancel the award, or terminate the contract for default, or offset from the contract's invoicedcost or price the NRC's incurred costs or delays as a result of inadequate pre-screening by the Contractor. In the eventof termination or cancellation, the Government may select another firm for contract award.

C-17

Page 28: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

Such Contractor personnel shall be subject to the NRC Contractor personnel security requirements of NRCManagement Directive (MD) 12.3, Part I and 10 CFR Part 10.11, which is hereby incorporated by reference and made apart of this contract as though fully set forth herein, and will require a favorably adjudicated Single Scope BackgroundInvestigation (SSBI) for "Q" clearances or a favorably adjudicated Limited Background Investigation (LBI) for "L"clearances.

A Contractor employee shall not have access to classified information until he/ she is granted a security clearance byFSB/DFS, based on a favorably adjudicated investigation. In the event the Contractor employee's investigation cannotbe favorably adjudicated, any interim approval could possibly be revoked and the individual could be subsequentlyremoved from performing under the contract. If interim approval access is revoked or denied, the Contractor isresponsible for assigning another individual to perform the necessary work under this contract without delay to thecontract's performance schedule, or without adverse impact to any other terms or conditions of the contract. Theindividual will be subject to a reinvestigation every five years for "Q" clearances and every ten years for "L" clearances.

The Contractor shall submit a completed security forms packet, including the SF-86, "Questionnaire for NationalSecurity Positions," and fingerprint charts, through the PO to FSB/DFS for review and submission to the Office ofPersonnel Management for investigation. The individual may not work under this contract until FSB/DFS has grantedthem the appropriate security clearance, read, understand, and sign the SF 312, "Classified Information NondisclosureAgreement." The Contractor shall assure that all forms are accurate, complete, and legible (except for Part 2 of thequestionnaire, which is required to be completed in private and submitted by the individual to the Contractor in a sealedenvelope), as set forth in NRC MD 12.3. Based on FSB/DFS review of the applicant's investigation, the individual maybe denied his/her security clearance in accordance with the due process procedures set forth in MD 12.3, E. 0. 12968,and 10 CFR Part 10.11.

In accordance with NRCAR 2052.204 70 cleared Contractors shall be subject to the attached NRC Form 187 (SeeSection J for List of Attachments), MD 12.3, SF- 86 and Contractor's signed record or review of the pre-screening whichfurnishes the basis for providing security requirements to prime Contractors, subcontractors or others who have or mayhave an NRC contractual relationship which requires access to classified information.

CANCELLATION OR TERMINATION OF SECURITY CLEARANCE ACCESS/REQUEST

When a request for clearance investigation is to be withdrawn or canceled, the Contractor shall immediately notify thePO by telephone in order that he/she can immediately contact FSB/DFS so that the investigation may be promptlydiscontinued. The notification shall contain the full name of the individual, and the date of the request. Telephonenotifications must be promptly confirmed in writing by the Contractor to the PO who will forward the confirmation viaemail to FSB/DFS. Additionally, FSB/DFS must be immediately notified in writing when an individual no longer requiresaccess to Government classified information, including the voluntary or involuntary separation of employment of anindividual who has been approved for or is being processed for access under the NRC "Personnel Security Program."

C.15 DRUG FREE WORKPLACE TESTING: UNESCORTED ACCESS TO NUCLEAR FACILITIES,ACCESS TO CLASSIFIED INFORMATION OR SAFEGUARDS INFORMATION, OR PERFORMINGIN SPECIALLY SENSITIVE POSITIONS (DEC 2008)

NRC's Headquarters Assistant Drug Program Coordinator (ADPC) shall be responsible for implementing andmanaging the collecting and testing portions of the NRC Contractor Drug Testing Program. The Headquarters ADPCfunction is carried out by the Drug Program Manager in the Division of Facilities and Security, Office of Administration.All sample collection, testing, and review of test results shall be conducted by the NRC "drug testing contractor." TheNRC will reimburse the NRC "drug testing contractor" for these services.

All contractor employees, subcontractor employees, and consultants proposed for performance or performing underthis contract shall be subject to the requirements of the clause if they meet one of the following criteria stated in the Plan:(1) individuals who require unescorted access to nuclear power plants, (2) individuals who have access to classified or

C-18

Page 29: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

safeguards information, (3) individuals who are required to carry firearms in performing security services for the NRC,(4) individuals who are required to operate government vehicles or transport passengers for the NRC, (5) individualswho-are required to operate hazardous equipment at NRC facilities, or (6) individuals who admit to recent illegal druguse or those who are found through other means to be using drugs illegally. The Plan includes pre-assignment,random, reasonable suspicion, and post-accident drug testing. The due process procedures applicable to NRCemployees under NRC=s Drug Testing Program are not applicable to contractors, consultants, subcontractors and theiremployees. Rather, a contractor's employees and their subcontractors are subject to the procedures and terms of theiremployment agreements with their employer.

The NRC Drug Program Manager will schedule the drug testing for all contractor employees, subcontractoremployees, and consultants who are subject to testing under this clause in accordance with the Plan. The NRC willreimburse the NRC "drug testing contractor" for collecting, testing, and reviewing test results. Any NRC contractor foundto be using, selling, or possessing illegal drugs, or any contractor with a verified positive drug test result under thisprogram while in a duty status will immediately be removed from working under the NRC contract. The contractor'semployer will be notified of the denial or revocation of the individual's authorization to have access to information andability to perform under the contract. The individual may not work on any NRC contract for a period of not less than oneyear from the date of the failed drug test and will not be considered for reinstatement unless evidence of rehabilitation, asdetermined by the NRC "drug testing contractor's" Medical Review Officer, is provided.

Contractor drug testing records are protected under the NRC Privacy Act Systems of Records, System 35, "DrugTesting Program Records - NRC" found at: http://www.nrc.gov/reading-rm/foia/privacy-systems.html

C.16 NRC INFORMATION TECHNOLOGY SECURITY TRAINING (AUG 2003)

NRC contractors shall ensure that their employees, consultants, and subcontractors with access to the agency'sinformation technology (IT) equipment and/or IT services complete NRC's online initial and refresher IT security trainingrequirements to ensure that their knowledge of IT threats, vulnerabilities, and associated countermeasures remainscurrent. Both the initial and refresher IT security training courses generally last an hour or less and can be taken duringthe employee's regularly scheduled work day.

Contractor employees, consultants, and subcontractors shall complete the NRC's online, "Computer SecurityAwareness" course on the same day that they receive access to the agency's IT equipment and/or services, as their firstaction using the equipment/service. For those contractor employees, consultants, and subcontractors who are alreadyworking under this contract, the on-line training must be completed in accordance with agency Network Announcementsissued throughout the year.

Contractor employees, consultants, and subcontractors who have been granted access to NRC information technologyequipment and/or IT services must continue to take IT security refresher training offered online by the NRC throughoutthe term of the contract. Contractor employees will receive notice of NRC's online IT security refresher trainingrequirements through agency-wide notices.

The NRC reserves the right to deny or withdraw Contractor use or access to NRC IT equipment and/or services, and/ortake other appropriate contract administrative actions (e.g., disallow costs, terminate for cause) should the Contractorviolate the Contractor's responsibility under this clause.

C.17 APPROPRIATE USE OF GOVERNMENT FURNISHED INFORMATION TECHNOLOGY (IT)EQUIPMENT AND/ OR IT SERVICES/ ACCESS (MARCH 2002)

As part of contract performance the NRC may provide the contractor with information technology (IT) equipment andIT services or IT access as identified in the solicitation or subsequently as identified in the contract or delivery order.Government furnished IT equipment, or IT services, or IT access may include but is not limited to computers, copiers,

C-19

Page 30: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HO-1 2-C-1 U-0005 Section C

facsimile machines, printers, pagers, software, phones, Internet access and use, and email access and use. Thecontractor (including the contractor's employees, consultants and subcontractors) shall use the government furnished ITequipment, and / or IT provided services, and/ or IT access solely to perform the necessary efforts required under thecontract. The contractor (including the contractor's employees, consultants and subcontractors) are prohibited fromengaging or using the government IT equipment and government provided IT services or IT access for any personal use,misuse, abuses or any other unauthorized usage.

The contractor is responsible for monitoring its employees, consultants and subcontractors to ensure thatgovernment furnished IT equipment and/ or IT services, and/ or IT access are not being used for personal use, misusedor abused. The government reserves the right to withdraw or suspend the use of its government furnished ITequipment, IT services and/ or IT access arising from contractor personal usage, or misuse or abuse; and/ or to disallowany payments associated with contractor (including the contractor's employees, consultants and subcontractors)personal usage, misuses or abuses of IT equipment, IT services and/ or IT access; and/ or to terminate for cause thecontract or delivery order arising from violation of this provision.

C.18 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)

(a) The Contractor shall comply with agency personal identity verification procedures identified in the contract thatimplement Homeland Security Presidential Directive-12 (HSPD-1 2), Office of Management and Budget (OMB) guidanceM-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201.

(b) The Contractor shall account for all forms of Government-provided identification issued to the Contractoremployees in connection with performance under this contract. The Contractor shall return such identification to theissuing agency at the earliest of any of the following, unless otherwise determined by the Government:

(1) When no longer needed for contract performance.

(2) Upon completion of the Contractor employee's employment.

(3) Upon contract completion or termination.

(c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with theserequirements.

(d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when thesubcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routineaccess to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return suchidentification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unlessotherwise approved in writing by the Contracting Officer.

C.19 SAFETY OF ON-SITE CONTRACTOR PERSONNEL

Ensuring the safety of occupants of Federal buildings is a responsibility shared by the professionals implementing oursecurity and safety programs and the persons being protected. The NRC's Office of Administration (ADM) Division ofFacilities and Security (DFS) has coordinated an Occupant Emergency Plan (OEP) for NRC Headquarters buildings withlocal authorities. The OEP has been approved by the Montgomery County Fire and Rescue Service. It is designed toimprove building occupants' chances of survival, minimize damage to property, and promptly account for buildingoccupants when necessary.

The contractor's Project Director shall ensure that all personnel working full time on-site at NRC Headquarters read theNRC's OEP, provided electronically on the NRC Intranet at http://www.intemal.nrc.gov/ADMWOEP.pdf The

C-20

Page 31: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

contractor's Project Director also shall emphasize to each staff member that they are to be familiar with and guided bythe OEP, as well as by instructions given by emergency response personnel in situations which pose an immediatehealth or safety threat to building occupants.

The NRC Project Officer shall ensure that the contractor's Project Director has communicated the requirement foron-site contractor staff to follow the guidance in the OEP. The NRC Project Officer also will assist in accounting foron-site contract persons in the event of a major emergency (e.g., explosion occurs and casualties or injuries aresuspected) during which a full evacuation will be required, including the assembly and accountability of occupants. TheNRC DFS will conduct drills periodically to train occupants and assess these procedures.

C.20 2052.235-71 SAFETY, HEALTH, AND FIRE PROTECTION (JAN 1993)

The contractor shall take all reasonable precautions in the performance of the work under this contract to protect thehealth and safety of its employees and of members of the public, including NRC employees and contractor personnel,and to minimize danger from all hazards to life and property. The contractor shall comply with all applicable health,safety, and fire protection regulations and requirements (including reporting requirements) of the Commission and theDepartment of Labor. If the contractor fails to comply with these regulations or requirements, the contracting officemay, without prejudice to any other legal or contractual rights of the Commission, issue an order stopping all or any partof the work. Thereafter, a start work order for resumption of work may be issued at the discretion of the contractingofficer. The contractor may not make a claim for an extension of time or for compensation or damages by reason of, orin connection with, this type of work stoppage.

C.21 GOVERNMENT FURNISHED EQUIPMENTIPROPERTY (JANUARY 2001)

(a) The NRC will provide the contractor with the following items for use under this contract:

See Attachment - NRC Headquarters Fleet Vehicle List

(b) The above listed equipment/property is hereby transferred from contract/agreement NRC-1 0-07-401.

(c) Only the equipment/property listed above in the quantities shown will be provided by the Government. Thecontractor shall be responsible and accountable for all Government property provided under this contract and shallcomply with the provisions of the FAR Government Property Clause under this contract and FAR Subpart 45.5, as in.effect on the date of this contract. The contractor shall investigate and provide written notification to the NRCContracting Officer (CO) and the NRC Division of Facilities and Security, Physical Security Branch of all cases of loss,damage, or destruction of Government property in its possession or control not later than 24 hours after discovery. Thecontractor must report stolen Government property to the local police and a copy of the police report must be provided tothe CO and to the Division of Facilities and Security, Physical Security Branch.

(d) All other equipment/property required in performance of the contract shall be furnished by the Contractor.

C.22 MINIMUM INSURANCE COVERAGE

The Contractor shall obtain and maintain insurance coverage as follows for the performance of this contract:

(a) Worker's compensation and employer's liability insurance as required by applicable federal and state worker'scompensation and occupational disease statutes. If occupational diseases are not compensable under those statutes,they shall be covered under the employer's liability section of the insurance policy, except when contract operations areso commingled with the Contractor's commercial operations that it would not be practical. The employer's liability

C-21

Page 32: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

coverage shall be at least $100,000, except in States with exclusive or monopolistic funds that do not permit workers'compensation to be written by private carriers.

(b) Comprehensive general (bodily injury) liability insurance of at least $500,000 per occurrence.

(c) Motor vehicle liability insurance written on the comprehensive form of policy which provides for bodily injury andproperty damage liability covering the operation of all motor vehicles used in connection with performing the contract.Policies covering motor vehicles operated in the United States shall provide coverage of at least $200,000 per personand $500,000 per occurrence for property damage. The amount of liability coverage on other policies shall becommensurate with any legal requirements of the locality and sufficient to meet normal and customary claims.

(d) Comprehensive general and motor vehicle liability policies shall contain a provision worded as follows:

'The insurance company waives any right of subrogation against the United States of America which may arse byreason of any payment under the policy."

(e) When requested, the Contractor shall furnish to the Contracting Officer a certificate or written statement of theabove required insurance. The policies evidencing required insurance shall contain an endorsement to the effect thatcancellation or any material change in the policies adversely affecting the interests of the Government in such insuranceshall not be effective for such periods as may be prescribed by the laws of the state in which this contract is to beperformed and in no event less than 30 days after written notice thereof to the Contracting Officer.

C.23 52,228-7 INSURANCE--LIABILITY TO THIRDPERSONS (MAR 1996)

(a)(1) Except as provided in subparagraph (a)(2) of this clause, the Contractor shall provide and maintain workers'compensation ,employer's liability, comprehensive general liability (bodily injury), comprehensive automobile liability(bodily injury and property damage) insurance, and such other insurance as the Contracting Officer may require underthis contract.

(2) The Contractor may, with the approval of the Contracting Officer, maintain a self-insurance program; providedthat, with respect to workers' compensation, the Contractor is qualified pursuant to statutory authority.

(3) All insurance required by this paragraph shall be in a form and amount and for those periods as the ContractingOfficer may require or approve and with insurers approved by the Contracting Officer.

(b) The Contractor agrees to submit for the Contracting Officer's approval, to the extent and in the manner required bythe Contracting Officer, any other insurance that is maintained by the Contractor in connection with the performance ofthis contract and for which the Contractor seeks reimbursement.

(c) The Contractor shall be reimbursed-

(1) For that portion (i) of the reasonable cost of insurance allocable to this contract and (ii) required or approvedunder this clause; and

(2) For certain liabilities (and expenses incidental to such liabilities) to third persons not compensated by insuranceor otherwise without regard to and as an exception to the limitation of cost or the limitation of funds clause of thiscontract. These liabilities must arise out of the performance of this contract, whether or not caused by the negligence ofthe Contractor or of the Contractor's agents, servants, or employees, and must be represented by final judgments orsettlements approved in writing by the Government. These liabilities are for-

(i) Loss of or damage to property (other than property owned, occupied, or used by the Contractor, rented to theContractor, or in the care, custody, or control of the Contractor); or

C-22

Page 33: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

(ii) Death or bodily injury.

(d) The Government's liability under paragraph (c) of this clause is subject to the availability of appropriate funds atthe time a contingency occurs. Nothing in this contract shall be construed as implying that the Congress will, at a laterdate, appropriate funds sufficient to meet deficiencies.

(e) The Contractor shall not be reimbursed for liabilities (and expenses incidental to such liabilities)-

(1) For which the Contractor is otherwise responsible under the express terms of any clause specified in theSchedule or elsewhere in the contract;

(2) For which the Contractor has failed to insure or to maintain insurance as required by the Contracting Officer; or

(3) That result from willful misconduct or lack of good faith on the part of any of the Contractor's directors, officers,managers, superintendents, or other representatives who have supervision or direction of-

(i) All or substantially all of the Contractor's business;

(ii) All or substantially all of the Contractor's operations at any one plant or separate location in which this contractis being performed; or

(iii) A separate, and complete major industrial operation in connection with the performance of this contract.

(f) The provisions of paragraph (e) of this clause shall not restrict the right of the Contractor to be reimbursed for thecost of insurance maintained by the Contractor in connection with the performance of this contract, other than insurancerequired in accordance with this clause; provided, that such cost is allowable under the Allowable Cost and Paymentclause of this contract.

(g) If any suit or action is filed or any claim is made against the Contractor, the cost and expense of which may bereimbursable to the Contractor under this contract, and the risk of which is then uninsured or is insured for less than theamount claimed, the Contractor shall--

(1) Immediately notify the Contracting Officer and promptly furnish copies of all pertinent papers received;

(2) Authorize Government representatives to collaborate with counsel for the insurance carrier in settling ordefending the claim when the amount of the liability claimed exceeds the amount of coverage; and

(3) Authorize Government representatives to settle or defend the claim and to represent the Contractor in or to takecharge of any litigation, if required by the Government, when the liability is not insured or covered by bond. TheContractor may, at its own expense, be associated with the Government representatives in any such claim or litigation.

C.24 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS

Annual and final evaluations of contractor performance under this contract will be prepared in accordance with FAR42.15, "Contractor Performance Information," normally at the time the contractor is notified of the NRC's intent toexercise the contract option. If the multi-year contract does not have option years, then an annual evaluation will beprepared (state time for annual evaluation). Final evaluations of contractor performance will be prepared at theexpiration of the contract during the contract closeout process.

The Contracting Officer will transmit the NRC Project Officer's annual and final contractor performance evaluations tothe contractors Project Manager, unless otherwise instructed by the contractor. The contractor will be permitted thirty

C-23

Page 34: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 .Section Cdays to review the document. The contractor may concur without comment, submit additional information, or request ameeting to discuss the performance evaluation. The Contracting Officer may request the contractor's Project Mangerto attend a meeting to discuss the performance evaluation.

Where a contractor concurs with, or takes no exception to an annual performance evaluation, the Contracting Officerwill consider such evaluation final and releasable for source selection purposes. Disagreements between the partiesregarding a performance evaluation will be referred to an individual one level above the Contracting Officer, whosedecision will be final.

The Contracting Officer will send a copy of the completed evaluation report, marked "For Official Use Only," to thecontractor's Project Manager for their records as soon as practicable after it has been finalized. The completedevaluation report also will be used as a tool to improve communications between the NRC and the contractor and toimprove contract performance.

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

C.25 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITYMATTERS (JAN 2011)

(a) The Contractor shall update the information in the Federal Awardee Performance and Integrity InformationSystem (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in theCentral Contractor Registration database at http://www.ccr.gov.

(b)(1) The Contractor will receive notification when the Government posts new information to the Contractor's record.

(2) The Contractor will have an opportunity to post comments regarding information that has been posted by theGovernment. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6years. Contractor comments will remain a part of the record unless the Contractor revises them.

(3)(i) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom ofInformation Act procedures, including, where appropriate, procedures promulgated under E.O. 12600.

(ii) As required by section 3010 of Public Law 111-212, all information posted in FAPIIS on or after April 15, 2011,except past performance reviews, will be publicly available.

C.26 2052.209-70 CURRENTIFORMER AGENCY EMPLOYEE INVOLVEMENT (OCT 1999)

(a) The following representation is required by the NRC Acquisition Regulation 2009.105-70(b). It is not NRCpolicy to encourage offerors and contractors to propose current/former agency employees to perform work under NRCcontracts and as set forth in the above cited provision, the use of such employees may, under certain conditions,adversely affect NRC's consideration of non-competitive proposals and task orders.

(b) There ( ) are (X) are no current/former NRC employees (including special Government employees performingservices as experts, advisors, consultants, or members of advisory committees) who have been or will be involved,directly or indirectly, in developing the offer, or in negotiating on behalf of the offeror, or in managing, administering, orperforming any contract, consultant agreement, or subcontract resulting from this offer. For each individual so identified,the Technical and Management proposal must contain, as a separate attachment, the name of the individual, the

C-24

Page 35: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

individual's title while employed by the NRC, the date individual left NRC, and a brief description of the individual's roleunder this proposal.

C.27 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS

NRC contractors are responsible to ensure that their alien personnel are not in violation of United States immigrationlaws and regulations, including employment authorization documents and visa requirements. Each alien employee ofthe Contractor must be lawfully admitted for permanent residence as evidenced by Permanent Resident Card Form1-551, or must present other evidence from the U.S. Department of Homeland Security/U.S. Citizenship and ImmigrationServices that employment will not affect his/her immigration status. The U.S. Citizenship and Immigration Servicesprovides information to contractors to help them understand the employment eligibility verification process for non-UScitizens. This information can be found on their website, www.uscis.gov.

The NRC reserves the right to deny or withdraw Contractor use or access to NRC facilities or its equipment/services,and/or take any number of contract administrative actions (e.g., disallow costs, terminate for cause) should theContractor violate the Contractor's responsibility under this clause.

C.28 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOREMPLOYEES (JULY 2006)

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

(b) Under this Whistleblower Employee Protection law, as implemented by regulations, NRC contractor andsubcontractor employees are protected from discharge, reprisal, threats, intimidation, coercion, blacklisting or otheremployment discrimination practices with respect to compensation, terms, conditions or privileges of their employmentbecause the contractor or subcontractor employee(s) has provided notice to the employer, refused to engage in unlawfulpractices, assisted in proceedings or testified on activities concerning alleged violations of the Atomic Energy Act of1954 (as amended) and the Energy Reorganization Act of 1974 (as amended).

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

C.29 AUTHORITY TO USE GOVERNMENT PROVIDED SPACE AT NRC HEADQUARTERS (JUL 2007)

Prior to occupying any government provided space at NRC HQs in Rockville Maryland, the Contractor shall obtainwritten authorization to occupy specifically designated government space, via the NRC Project Officer, from the Chief,Space Design Branch, ADSPC. Failure to obtain this prior authorization can result in one, or a combination, of thefollowing remedies as deemed appropriate by the Contracting Officer.

(1) Rental charge for the space occupied will be deducted from the invoice amount due the Contractor(2) Removal from the space occupied(3) Contract Termination

C-25

Page 36: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

C.30 LEGAL HOLIDAYS

The following Federal legal holidays are observed under this contract.

New Year's Day 1 JanuaryMartin Luther King's Birthday Third Monday in JanuaryPresident's Day Third Monday in FebruaryMemorial Day Last Monday in MayIndependence Day 4 JulyLabor Day First Monday in SeptemberColumbus Day Second Monday in OctoberVeterans Day 11 NovemberThanksgiving Fourth Thursday in NovemberChristmas Day 25 December

C.31 PROHIBITON OF FUNDING TO ACORN (NOV 2009)

In accordance with section 163 of the Continuing Appropriations Resolution, 2010, Division B of Public Law No.111-68 (CR), until further notice, no federal funds may be provided to the Association of Community Organizations forReform Now (ACORN), or any of its affiliates, subsidiaries, or allied organizations. Additional information can be foundat: http://www.whitehouse.gov/omb/assets/memoranda_2010/m 10-02.pdf

C.32 SEAT BELTS

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

C.33 REDUCING TEXT MESSAGING WHILE DRIVING (OCT 2009)

(a) In accordance with Section 4 of Executive Order 13513, "Federal Leadership on Reducing Text Messaging WhileDriving,"(October 1, 2009), the Contractor or Recipient is encouraged to:

(1) Adopt and enforce policies that ban text messaging while driving company-owned or rented vehicles orGovernment-owned vehicles, or while driving privately-owned vehicles when on official Government business or whenperforming any work for or on behalf of the Govemment; and

(2) Consider new rules and programs to further the policies described in (a)(1), reevaluate existing programs toprohibit text messaging while driving, and conduct education, awareness, and other outreach programs for employeesabout the safety risks associated with text messaging while driving. These initiatives should encourage voluntarycompliance with the text messaging policy while off duty.

(b) For purposes of complying with the Executive Order:

(1) '"Texting" or "Text Messaging" means reading from or entering data into any handheld or other electronic device,including for the purpose of SMS texting, e-mailing, instant messaging, obtaining navigational information, or engagingin any other form of electronic data retrieval or electronic data communication.

(2) "Driving" means operating a motor vehicle on an active roadway with the motor running, including whiletemporarily stationary because of traffic, a traffic light or stop sign, or otherwise. It does not include operating a motor

C-26

Page 37: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section C

vehicle with or without the motor running when one has pulled over to the side of, or off, an active roadway and hashalted in a location where one can safely remain stationary.

(c) The Contractor or Recipient shall encourage its subcontractor(s) or sub-recipient(s) to adopt and enforce thepolicies and initiatives described in this clause.

C-27

Page 38: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC-HQ-12-C-10-0005 Section D

SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS

Attachment 1: Statement of Work with Attachment1. Authorized NRC Work Request - Driver Service Call Form

Attachment 2: NRC Headquarters Fleet Vehicle List

Attachment 3: NRC Form 187, Contract Security and/or Classification Requirements

Attachment 4: U.S. Department of Labor Wage Determination No. 2005-2103, Revision 11, dated 06/13/2011

Attachment 5: Billing Instructions for Labor Hour/Time and Materials Type Contracts

D-1

Page 39: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

U.S. NUCLEAR REGULATORY COMMISSION (NRC)

TRANSPORTATION SUPPORT SERVICES FOR NRC SENIOR STAFF

STATEMENT OF WORK

GENERAL

The contractor shall furnish all personnel requested, supervision, and vehicles to ensure thattransportation services are expeditiously provided upon notification to the contractor of an NRCauthorized request. These transportation services will be ordered by NRC on a recurring basis.The NRC will furnish the vehicles to be driven and a credit card to pur6chase gasoline for theNRC vehicles provided or, when NRC vehicles are not available, will request the contractor tofurnish the vehicle. When the contractor furnishes the vehicle, the contractor shall also providegasoline, oil, insurance, etc. necessary to complete the request. The unit prices charged by thecontractor shall include these costs and shall not be billed separately (except for reimbursableitems stated herein in Subsection titled "OTHER TRANSPORTATION RELATED COSTS"(Tolls, Parking Fees, etc.)).

ATTENTION: Payment for parking tickets and/or fines shall always be the responsibility of thecontractor and NRC will not reimburse the contractor for these costs.

REQUIRED DRIVER SERVICES

The three (3) different types of response times for driver services, with the definition for each,are specified below:

TYPE I DRIVER SERVICES: For the Type 1 Driver Services, the contractor shall provide twocontract drivers on-site at the NRC Administrative Services Center (ASC), located on the 2ndfloor of the NRC One White Flint Building in Rockville, Maryland, to support immediate andother urgent driving requests. While awaiting the next driving assignment, these persons shallperform NRC Transportation-program related tasks, Monday-Friday each week -day (exceptfederal holidays), during the contract period. The two drivers shall work staggered 8 ½ hourshifts, including a 30 minute lunch break, to ensure daily coverage between 7:15 a.m. to 4:45p.m. The Contractor shall designate one of the drivers as the On-site Leader for the purposesof receiving technical guidance from the Project Officer.

Type 1 Driver duties for each driver exceeding 40 hours per week shall be considered overtime.

TYPE 2 DRIVER SERVICES: Type 2 applies to services ordered more than 12-hours inadvance of the requested services start-time and are considered an "on call" basis withguaranteed minimum of 4-hours per request. Hours worked are computed beginning when thedriver reports to the NRC ASC location (if requested by NRC) or when the driver picks-up theNRC passenger(s) and/or documents at an off-site location and ends when the driver completesthe services specified in the NRC request. Driving assignments that exceed 4-hours are paidbased on the number of hours multiplied by the applicable hourly rate, with partial hours of lessthan 30-minutes being rounded down to the next whole-hour and partial hours that are 30minutes or more being rounded up. (There is separate pricing based on whether NRC or theContractor provides the vehicles.)

Page 40: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

TYPE 3 DRIVER SERVICES: Type 3 applies to services ordered more than 2-hours, but lessthan 12-hours in advance of the requested services start-time and are considered an "on-call"basis with a guaranteed minimum of four (4) hours per request. Hours worked are computedbeginning when the driver reports to the NRC ASC location or when the driver pick-up the NRCpassenger(s) and/or documents at an off-site location and ends when the driver completes theservices specified in the NRC request. Driving assignments that exceed 4-hours are paid basedon the number of hours multiplied by the applicable hourly rate, with partial hours of less than30-minutes being rounded down to the next whole-hour and partial hours that are 30-minutes ormore being rounded up.

ATTENTION: The Contractor shall not be eligible for payment of a completed driving requestuntil the completed "driver log" for that assignment is returned to the NRC Project Officer.

WORK HOURS: The services described herein are considered to be a "Commercial Item."The contractor shall be paid a fixed unit price per hour for services performed with the onlyadditional reimbursement for incidental travel expenses directly related to performance of thework. See Section "OTHER TRANSPORTATION RELATED COSTS (Tolls, Parking Fees,etc.)".

The quantities specified in the Schedule are estimates only. The NRC cannot guarantee thesequantities. The amount of services ordered will be based on actual needs during the life of thiscontract. The contractor shall be paid the unit price per hour as stated in the Schedule. Theamount due for driver services in excess of four hours shall be computed by multiplying the unitprice per hour by the number of hours worked. A four hour minimum will automatically beassessed for any requests performed under four hours.

Hours worked are computed as starting from the time the driver reports to the NRCAdministrative Service Center (ASC) to obtain the NRC vehicle and passenger(s), and/ordocuments when using company vehicle, and ends when the driver completes the assignmentand furnishes the completed driver logs to the NRC Project Officer. If an order requires thecontractor to provide a driver and vehicle and to pick the passenger and/or documents at alocation other than the NRC, the hours worked will start at the time the driver and vehicle arriveat the pickup location.

Instances where the duration of an assignment is not one full hour or a number of full hours, butextends beyond the hour, will be compensated as follows:

1) Increments of service 29 minutes or less, there will be no charge to the NRC for thatincrement of time;

2) Increments of service 30 minutes or more, will be a charged as one full additional hour.

Example: An assignment which required four hours and 15 minutes to complete will be paid forfour hours; and an assignment which used four hours and thirty minutes, the NRC will pay thecontractor for five hours of service.

There shall be no additional charge to the NRC for driver services performed at different timesof the day or driving assignments to locations out of the Washington, DC metropolitan area.

Page 41: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

On-site parking will be provided at no cost to Type 2 and Type 3 drivers when parking theirvehicle in the space of the NRC vehicle being used for the driving assignment. Each Type 1driver may park on-site by completing a parking application and paying the on-site parkingcontractor for a Monthly Parking Permit, currently $70.00. The permits must be purchasedbefore the end of the month which precedes the permit month, e.g., July permits must bepurchased before the end of June. All drivers must adhere to garage parking procedures inorder to maintain parking privileges.

MANDATORY PERFORMANCE REQUIREMENTS

1. The contractor shall provide drivers with or without vehicles (as specified in the individualNRC request) as needed to transport NRC senior staff and/or their documents from theNRC offices in Rockville, Maryland to hearings, meetings, conferences, and other officialfunctions in the Washington, D.C. metropolitan area, and occasionally, to out-of-townlocations within a 200 mile radius of the Washington metropolitan area. Occasionally,drivers shall transport NRC senior staff between their residences and airports or othertransportation terminals. When transporting senior staff from airports or othertransportation terminals, and requested by NRC, drivers shall park the vehicle in order tomeet the senior staff person(s) arriving at the terminal at a predetermined location withinthe terminal (arrival gate, baggage pickup area, etc.), and assist them as necessary.

2. The Contractor shall ensure drivers respond to calls for drivers using NRC vehicles evenduring inclement weather when public transportation may be closed and snowemergencies are in effect. This may require the Contractor to provide four-wheel orother type vehicles able to handle adverse road conditions. Upon request, the contractormay be required to transport those NRC employees occupying essential positionsapproved by the NRC Chairman for home-to-work transportation during adverse weatherconditions.

3. The contractor shall fulfill all oral requests (to be followed in writing by facsimile copy orelectronic mail message) provided by an NRC authorized representative that yields atleast a two-hour response time. Example: At 10:00 a.m., an NRC authorizedrepresentative notifies the contractor of the need for a driver at 12:00 noon that day.

4. Any order requested that yields a response time of less than two (2) hours will beconsidered "URGENT." If the contractor decides that an "URGENT' order cannot befilled, the NRC representative placing the order shall be notified immediately. If thecontractor agrees to provide the driver(s) for the "URGENT" request and completes theorder, an incentive of $40.00 will be added to the total cost of that request. Example: On11:45 a.m. on Tuesday morning, the contractor is provided notification of a request for adriver for 1:15 p.m. that same day. If the contractor accepts and completes this job, thecontractor would be paid at the Type 3 hourly rate for the driver plus $40.

5. The contractor shall fulfill a request for up to six (6) concurrent drivers at any given time,if NRC provides notification to the contractor of the request on other than the same daythe driver services are to be performed. Example: Contractor is provided notification onMonday at 3:45 p.m. that six drivers are needed at 8:30 a.m. on the following day(Tuesday), six drivers shall be provided.

Page 42: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

6. The contractor shall fulfill a request for up to three (3) concurrent drivers at any giventime, if NRC provides notification to the contractor of the request on the same day thedrivers are needed. Example: Contractor is provided notification on Monday at 10:00a.m. that three drivers are needed at 12:00 noon that day, three drivers shall beprovided.

7. Driver services requests are usually placed by NRC between the hours of 6:45 a.m.through 4:30 p.m., Monday through Friday. However, the contractor shall provide apoint(s)-of-contact to receive NRC authorized initial driver services requests,cancellations or modifications of requests for driver(s), on a 24-hour, on-call basis, 7days a week, Sunday through Saturday, including holidays. For each driver requestplaced by NRC, this contractor point-of-contact shall receive the request 24-hours a day,7-days a week, and shall respond to notify the NRC authorized individual placing theorder or requesting to modify or cancel a previous order, within 30 minutes of the timethe NRC person placed the order to the contractor, to confirm receipt of the request andidentify any problems in the contractor's ability to complete the requested services. Atleast 72-hours prior to performing a request, the contractor shall notify the NRC contactof the identity of the driver who will perform the requested services (including providingthe driver's mobile phone number). For calls placed within 72 hours of the service, theContractor shall provide the driver's name when confirming receipt of the call.Requested driver services may consist of any of the following:

(a) Passenger, and/or document pick up and drop off (one way);(b) Passenger, and/or document pick up, drop off and wait for return trip, or next

destination; or(c) Passenger, and/or document pick up, drop off and return at a specified time for

return trip, or next destination.

8. The contractor shall ensure that there is a pool of a minimum of seven (7) driversavailable at all times during the period of performance of this purchase order. Thecontractor shall provide the NRC Project Officer with a properly completed securitypackage for three (3) drivers within five days after the date of award. The contractorshall provide the NRC Project Officer with a properly completed security package for anadditional three (3) drivers within ten calendar days after the date of award. A total ofnine (9) packages are required within twenty one days after the date of award as somedrivers proposed by the contractor may not be cleared by NRC. In the event that thecontractor intends to replace one of the seven (7) drivers in the pool, the NRC shall benotified immediately and a properly completed security package for the proposedreplacement driver provided. Prior to a replacement driver being provided to NRC forthe performance of driver services, the replacement driver(s) shall have a completedsecurity clearance from the NRC. In case of an unplanned and immediate loss of adriver within the pool, the contractor shall submit a properly completed security packagefor a replacement driver within five calendar days from the date the driver being replacedis no longer available to perform under this contract. The NRC badge of the driver thatis being terminated shall be returned to the NRC Project Officer immediately.

9. The Contractor shall ensure that each driver is equipped with a portable mobiletelephone in order to maintain contact with the Contractor management and the NRCProject Officer. The NRC cellular telephones located in the Government vehicles shallnot be used for personal calls by the drivers. Upon receipt of an NRC authorized driverservices request, as part of confirming receipt of the request, the contractor shall provide

Page 43: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

the NRC Project Officer with the mobile telephone number of the contractor's driverassigned to fulfill that request. The contractor shall ensure the driver's mobile phone iskept fully operational at all times when responding to or during performance of a driverservices assignment in order for NRC staff or the contractor to quickly contact the driverregarding the assignment.

10. The Contractor shall ensure that each driver shall maintain the cleanliness of the interiorof vehicles and ensure the vehicle remains in excellent operating condition by having thedriver communicate any problem(s) with the NRC vehicles or communication equipmentto the NRC Project Officer immediately.

11. The Contractor shall ensure the driver(s) treat all passengers with courtesy and respect,never uses profanity, nor plays the radio/cassette player or CD player unless requestedby the passenger.

12. The Contractor shall ensure the driver(s) never smokes in the NRC vehicle.

13. The Contractor shall immediately address a report from NRC of improper driver conductor of unsafe driving habits, and shall take the necessary immediate steps to precludeany recurrence. (This provision is in addition to any other rights the Government mayhave under this contract with respect to contractor performance.)

14. The Contractor shall ensure that each driver comply with NRC requests for alternateroutes. The Contractor shall ensure that all requests for alternate routes are reported tothe NRC Project Officer.

15. The Contractor shall ensure that all drivers comply with the Mandatory Driver PersonnelQualifications Requirements stated herein.

16. The contractor shall always carry the Chairman/Commissioner's luggage. When theChairman/ Commissioners travel with another party, arrange for an airport luggage cartor skycap services that can accommodate all luggage accompanying theChairman/Commission.

17. Under no circumstances shall the contractor's driver use the NRC vehicle for anypersonal business. The driver shall ensure the gas tank maintains a minimum capacityof one-half full at all times. The interior of the vehicle shall be maintained in a cleancondition during each driving assignment. NRC will provide a Government credit card tothe driver for gasoline and oil purchases, as necessary (for the assigned NRC vehicleonly).

18. In the event of an accident in the NRC vehicle, the police and the NRC Project Officershall be notified by the driver immediately. The contractor shall obtain a copy of thepolice report and provide it to the NRC Project Officer within five (5) working days ofavailability. If the police do not take a report, the contractor shall have the driver preparea written statement of facts regarding the accident which shall include the following:

(a) Location and time of accident;(b) Circumstances concerning the accident;(c) Other driver's name, telephone number, address, policy number, tag number,

and insurance information (if accident involves another car(s));

Page 44: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

(d) Name(s) and telephone number(s) of any passengers (if accident involvesanother car(s)); and

(e) Name(s) and telephone number(s) of any witnesses.

19. While awaiting assignments, Type 1 Drivers shall perform the NRC Transportation-related tasks. These include, but are not limited to:

(a) Inspecting vehicles and performing routine vehicle maintenance including but notlimited to replenishing battery water and windshield-washer fluid, checkingengine-oil and adding as necessary, removing trash and generally inspecting thevehicles for signs of damage or worn parts that could effect their safety, reliabilityor value;

(b) Coordinating vehicle maintenance and cleaning;(c) Maintaining vehicle keys, filing, and maintaining vehicle records;(d) Tracking vehicle reservations and preparing vehicle user packets;(e) Providing customer service to vehicle fleet users including using agency

computer system; and(f) Tracking vehicle use data and preparing reports.

ATTENTION: Because of the amount of orientation-training provided by NRC to on-sitedrivers (Type 1) for the performance of NRC Transportation-program related tasks, NRCconsiders the initial assignment of the On-site Leader to be critical in the successfulperformance of the daily contract requirements. As such, the Contractor shall ensurethe same person is provided on-site at NRC each day to perform these services andhave a fully-trained back-up person readily available who is trained in the performance ofall NRC Transportation-program related tasks performed by the Type I Drivers. If theContractor fails to provide NRC with an On-site Leader each day who is fully capable ofperforming all required NRC Transportation-program related tasks, the NRC reservesthe right to deduct from any amounts owed the contractor, the amount of dollar amountper hour for each full hour a fully proficient On-site Leader is not provided to NRC inaccordance with the SOW.

20. All conversations of passengers are considered confidential and may not be disclosedexcept to NRC staff as necessary to perform work under this contract.

MANDATORY DRIVER PERSONNEL QUALIFICATIONS REQUIREMENTS

All personnel performing driver services under this contract shall meet or exceed the following

specifications:

1. Each driver shall possess a valid, current, state issued driver's license.

2. Each driver shall undergo a drug screening examination by Board-certified laboratoryapproved by the Department of Health and Human Services (HHS) prior tocommencement of work on this contract.

3. Each driver shall be neatly and professionally dressed (males in jacket and tie; femalesin equivalent professional attire).

4. Each driver shall be literate in the English language (written and spoken).

Page 45: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

5. Each driver shall be a citizen of the United States of America.

6. Each driver shall possess an NRC security clearance and have been issued an NRCsecurity badge. The two on-site drivers (Type 1) and two alternate Type 1 drivers shallbe cleared at the "Q" security clearance level. All other drivers shall also be cleared atthe "Q" security clearance level.

7. Each driver shall have extensive knowledge of, and familiarity with, the metropolitanWashington area, which shall be based upon daily driving experience consistingprimarily of personal driver services as opposed to driving an established bus or shuttleroute.

Note: This is a very important distinction as drivers who are driving over different territoryevery day have a greater knowledge of the entire metropolitan area and are more awareof traffic patterns across the city. As a result, they tend to be up-to-date on constructionsites that disrupt established traffic patterns and require alternate routes and/or detours.Drivers who are used exclusively on shuttle or bus routes do not have the broadexperience and up-to-the minute knowledge of the Washington, D.C. area. In addition,this effort requires each driver to have detailed knowledge of the exact locations ofprincipal federal buildings and transportation terminals in the Washington, D.C. area(i.e., State Department, the House Office Buildings, the Senate Office Buildings, DullesInternational, Reagan National, Baltimore/Washington International Airport, etc.).

8. Each driver shall have a minimum of one year of experience driving in and around theWashington, D.C. area and have knowledge of the shortest or most desirable routesbetween points, and of alternative routes within the metropolitan area when trafficconditions warrant a route change.

9. Each on-site driver (Type 1) shall posses excellent customer service and administrativeskills and be capable of quickly learning use of NRC's vehicle reservation system.

PROCEDURES FOR ASSIGNED CONTRACT DRIVER(S)

The NRC authorized representative will place orders for driver services by notifying thecontractor point-of-contact of a request for driver services including the itinerary and the time thedriver(s) is(are) to report to the One White Flint North (OWFN) building at 11555 Rockville Pike,Rockville, Maryland, and whether NRC or the contractor is to provide the vehicle. In the eventconcurrent tasks exceed the level that can be supported by the two on-site drivers, the NRCproject officer will provide the level of priority for the tasks performed by the on-site drivers. Theon-site Lead Type 1 driver shall ensure the tasks are performed based on the NRC PO's level ofpriority.

The contractor shall dispatch the driver(s) to the OWFN building after providing the driver withdirections for the shortest and quickest route to the destination based upon the time of day andknown conditions (weather, road construction, etc.). The contractor management shall monitoravailable information concerning construction, road detours, and traffic back-ups and shall usethis information in providing route directions to the driver. The contractor shall notify the NRCauthorized representative placing the call if known traffic conditions may warrant an earlierdeparture time than NRC has scheduled. The contractor shall immediately notify the driver and

Page 46: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC authorized representative of any traffic conditions that become known after the driver isdispatched which may affect the schedule of the trip.

To ensure that the driver is familiar with the route to be taken, upon arrival at the NRCAdministrative Service Center, the assigned driver shall produce a map, identify the plannedroute and request approval of the planned route from the NRC Project Officer or other NRCauthorized representative. The route proposed by the driver is subject to change by the NRCProject Officer, NRC authorized representative, or the NRC personnel being transported.

The NRC Project Officer or NRC authorized representative will issue the driver a set of vehiclekeys, a credit card to purchase gasoline for the NRC vehicle, and a Driving Assignment LogSheet. The driver shall then proceed to the garage to pick up the NRC vehicle and wait for theNRC passenger(s), or depart for the assignment (if someone is to be picked up elsewhere).The driver shall enter the departure time and beginning odometer mileage on the DrivingAssignment Log Sheet. When the NRC passenger(s) enter the vehicle, the driver shall verifythe assignment with the passenger(s), provide the passenger(s) with a business card containingthe driver's name and mobile number, and then proceed. Should the driver encounterunanticipated traffic back-ups, he/she shall take appropriate action using alternative routes tothe destination based upon personal knowledge and experience.

When the driver reaches the destination, he/she shall establish an understanding with thepassenger(s) about a pick up point and time (or wait) for the return trip. If the passenger(s)makes a change in the original itinerary, this change shall be immediately reported to the NRCProject Officer or other authorized NRC staff member. When in a wait status, the driver shallstage the vehicle nearby in case a schedule change necessitates an early departure. Uponreturn to One White Flint North/Two White Flint North, the driver shall discharge passengers onthe P-1 level of the NRC garage at the initial pickup point, unless requested to do otherwise.The driver shall then proceed to the nearest gas station to re-fill the NRC vehicle's gas tank (tokeep the tank on a minimum of one-half full at all times), then park the NRC vehicle in thedesignated NRC parking area, and proceed to the ASC and return the keys and the completedlog sheet.

For NRC authorized requests that occur on weekends, holidays, or during other non-duty hours,the driver shall pickup the NRC vehicle keys (if NRC is providing the vehicle), credit card, andlog sheet from and/or return them to, NRC Room PI-34 in the NRC One White Flint Northbuilding (telephone #301-415-2056). This room is staffed by NRC security personnel 24 hoursa day.

PLACEMENT OF NRC AUTHORIZED WORK REQUESTS

NRC will place Authorized Work Requests orally followed by written documentation (facsimile ore-mail). The NRC Authorized Work Requests shall include the following information:

1. Date, location, and driver(s) reporting time(s)2. Estimated time frame of performance of services3. Planned itinerary4. Authorized Work Request tracking number5. Whether NRC or the contractor will provide the vehicle

NOTE: A sample copy of the form used by NRC to provide facsimile documentation to the

Page 47: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

contractor of an authorized NRC work request is attached.

CANCELLATION OF AUTHORIZED REQUESTS

Any of the NRC authorized personnel listed herein are authorized to cancel any order forservices by telephone, telefax, e-mail, or letter, an hour or more prior to the start time, at no costto the Government. Oral cancellations will be followed up by written documentation. Acancellation of an order within one hour before the service start time stated in the request will besubject to a charge for one hour of service at the rates set forth in the schedule herein.

NRC authorized requests that are canceled by one of the authorized personnel listed hereinafter the time designated in that request for the contractor's driver to arrive at the designatedlocation in the request, shall be subject to a four (4) hour minimum charge payment to thecontractor, if the contractor's driver(s) arrived at the NRC location within the arrival time stated inthat NRC request.

NRC PERSONNEL AUTHORIZED TO REQUEST DRIVERS

In addition to the NRC Contracting Officer, the following NRC personnel are authorized to placerequests or modify/cancel previous requests for drivers under this contract and can becontacted on the central office telephone number 301-415-4272 or the direct line for eachperson listed below:

Name Office Telephone Number PaRer/Mobile NumberReginald Stansbury 301-415-2095 301-793-1672

Wanda Jones 301-415-0635Nancy Tumer-Boyd 301-415-6645 240-375-5079

OTHER TRANSPORTATION RELATED COSTS (TOLLS, PARKING FEES, OVERNIGHT¢ I

TRAVEL, ETC.)

The contractor shall be responsible for payment of any miscellaneous transportation costsrelated to the direct performance of the driver services request such as the cost of tolls(highway, bridge, tunnel, etc.), parking meter fees, parking lot fees, etc. The contractor shallensure in advance that the assigned driver possesses sufficient funds to cover any of thesecosts that may occur during the driving assignment. For driver services requiring overnighttravel, the NRC will compensate the Contractor with premium equivalent to two hours pay foreach day of overnight travel and reimburse the Contractor for lodging and meal expenses inaccordance with the Federal Travel Regulations. For each cost incurred, the driver shall obtaina receipt to document the exact amount and nature of the expense in relation to performance ofthe driving assignment. The contractor shall provide this receipt with the relevant NRC WorkRequest Tracking Number specified, along with the invoice requesting reimbursement for theexpense to the NRC Project Officer. NRC will reimburse the contractor for these expenses.

Page 48: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

PARKING TICKETSIFINES

The contractor shall be responsible for payment of any parking violations issued to NRCvehicles or the contractor's vehicles during the period the vehicle is being used by thecontractor's driver to transport NRC personnel as follows:

1. The contractor shall immediately notify the NRC Project Officer whenever a parkingticket is incurred on an NRC vehicle and also provide a copy of the ticket.

2. Within five (5) business days of incurring the parking violation, the contractor shallprovide the NRC Project Officer with documentation (receipt) of the payment of thatticket.

ATTENTION: NRC will not reimburse the contractor for the cost of any parking violations.

CONTRACTOR PROVIDED VEHICLES

The NRC will provide 24 hours notice to the contractor when a contractor provided vehicle isrequired. The contractor shall ensure the driver has filled the gas tank prior to arrival at NRC tobegin the request and inspected the interior for cleanliness.

All vehicles shall have current tags, safety inspections, and be late-model (no more than 4model-years old), clean exterior (shall have no body damage, missing paint, missing parts,cracked glass, non-factory paint scheme, contractor's advertising, etc.), clean interior (shallhave no trash/debris and no rips/stains/dirt/hair on seats, and be free of odors from pets,tobacco smoke, etc.), thoroughly clean ash-trays, have 4-doors, and have no after-marketmodifications such as an extension (stretch conversions, etc.).

Upon request by NRC, the contractor shall provide a vehicle from one of the following types ofvehicles to transport NRC personnel:

1. Full-size Executive Sedan: Acceptable vehicles are Lincoln Town-Car or Continental,Ford LTD Crown Victoria, Mercury Grand Marquis, Chrysler Concorde or LHS, or theBuick Park Avenue. NRC prefers the vehicle to have a "dark" color scheme (grey, blueor black).

2. SUV - Four Wheel Drive: Acceptable vehicles are Ford Explorer, Jeep Liberty. NRCprefers the vehicle to have a "dark" color scheme (grey, blue or black).

PRICE DEDUCTION PERFORMANCE INCENTIVES

1. If the Contractor fails to provide NRC with an on-site driver each day who is fully capableof performing all required NRC Transportation-program related tasks, the NRC reservesthe right to deduct from any amounts owed the contractor, the amount of current rate perhour for each full hour a fully proficient Type 1 Driver is not provided to NRC inaccordance with the SOW.

2. If the contractor fails to provide qualified on-call drivers to perform the services within thetime periods specified in this purchase order, or any extension, the contractor shall, inplace of actual damages, pay to the Government as fixed, agreed, and liquidated

Page 49: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

damages, for any delay, the sum of current rate per hour for each hour that an NRCemployee performs a driver services assignment instead of the contractor's driver.

3. If one of the NRC authorized representatives cannot get in touch with the contractor'spoint-of-contact to confirm the contractor's receipt of the driver services request, or tomodify a previous driver services request, within 30 minutes of the NRC's initial attemptto contact the contractor, the NRC shall deduct the sum of current rate per hour for eachoccurrence.

Example: If at 10:00 a.m. an NRC authorized representative places a call to thecontractors point-of-contact and has to leave a message, and a response return call, isnot provided to NRC by 10:30 a.m. that day, verifying receipt of the request ormodification and identifying the Contractors driver and the driver's cellular phonenumber who will perform the driving assignment, a deduction of the current rate per hourwill be assessed against the contractor.

NOTE: This deduction is in addition to the deduction listed in (2) above for an NRCemployee having to perform the driver services.

4. If delivery or performance is delayed, the Government may terminate this purchaseorder in whole or in part under FAR 52.212-4 in this contract, and in that event, thecontractor shall be liable for fixed, agreed, and liquidated damages in the amount of$140 per week accruing until the time the Government may reasonably obtain delivery orperformance of similar supplies or services. The liquidated damages shall be in additionto excess costs under the Termination clause.

5. The contractor shall not be charged with liquidated damages when the delay in deliveryor performance arises out of causes beyond the control and without the fault ornegligence of the contractor as defined in FAR 52.212-4 in this purchase order.

6. NRC shall have the right to deduct the amount of Monetary Deductions assessedagainst the contractor from any amount owed by NRC to the contractor for servicesperformed.

PERIOD OF PERFORMANCE

The period of performance will begin on December 1, 2011, with one base year and four optionyears.

Page 50: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

Driver Service Call Form

NRC Executive Driving Services - Contractor Name and Contract Number

Request Date:

Call Number:

Pickup Date:

Driver shall be at the NRC:

Departure Time:

Name of Passenger(s):

Purpose:

Itinerary:

Vehicle:Phone number:Keyless Entry Code:

Estimated hours to complete this assignment:

NRC authorized person submitting this request:

Telephone number of NRC authorized person:

Telephone number of Administrative Services Center 301-415-2251

All assignments begin at the NRC Administrative Services Center located at11555 Rockville Pike, Rockville, Maryland - 2rd Floor - Room O-2A11, unless an alternativelocation to begin is specified below.

Alternative Location:

Page 51: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

Updated July 28, 2011

HQ'S FLEET VEHICLES

EXECUTIVE VEHICLES2010 Lincoln Town Car (black)2010 Mercury Gd. Marquis (black)2010 Mercury Gd. Marquis (black)2010 Mercury Gd. Marquis (black)2010 Ford Explorer (black)

OIG VEHICLES2005 Ford Explorer (black)2008 Ford Crown Victoria (black)2009 Jeep Liberty (black)

NRCOOI/3AB3005NRC006/3AB3788NRCO1 0/3AB3789NRCOI1/3AB3790NRC01 2/3AB3004

546MCI/G62-1316AXXP4612/G14-0054F39580M7/G61-1241H

(d)(d)(d)

U-DRIVE IT VEHICLES2000 Ford C6500 (green)2004 Chevy Venture Van (white)2005 Chevy 15 Passenger Van (blue)2006 Chevy Uplander (green)2006 Stratus (white)2006 Dodge Caravan 7 passenger Van (green)2006 Ford 8 Passenger Van (white)2007 Chevy Uplander (sky blue)2007 Ford F750 Truck (blue)2010 Jeep Liberty (charcoal)2010 Chevy Impala (blue)2010 Chevy Impala (charcoal)2010 Dodge Grand Caravan (blue)2011 Chevy Impala (dark gray)2011 Chevy Impala (silver)2011 Dodge Caravan 7 Passenger Van (black)

(d) G82-00935(d) G41-2848A(d) G43-1488A

G61-2551BG1 0-6966AG41-4745B

(d) G42-1157AG41-3182D

(d) G71-0015D(d) G61-1776H

GI1-1832KGII-1851KG41-3803KGI1-0871LG1 2-0224LG41-1735K

NSIR FIELD VEHICLES2005 Ford F350 Truck2005 Ford F350 Truck2009 Ford F450 Truck2009 Trailer2004 Trailer2004 Trailer

NV- SITE VEHICLE2006 Ford F350 Truck

NRC003NRC004NRC005NRC007NRC008NRC009

G63-1153B

Page 52: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

NRC FORM 187 U.S. NUCLEAR REGULATORY COMMISSION AUTHORITY7 ,2oo•i iThe polies. proceums, W critere of the

4RCMD 1Z NRC Sew, iy Program, NRCMD 12. apply towerflblnc Wat• contreqtsubontre or

CONTRACT SECURITY AND/OR ,frdv*CLASSIFICATION REQUIREMENTS COMPLETE CLASSIFIED ITEMS BY

SEPARATE CORRESPONDENCE

I CONTRACTOR NAME AND ADORESS A CODTRNAC' NUNMERFOR COMMERCIALCONTRACTS DR JOB CODE FOR DOF. 2. TYPE OF SUBMISSIONPROJECTS N,,o carvd n.nw "mgj be giw,,

T. tl aM ubCOMrM.V A ORIGINAL

H REM"i ISwp"•Wsu01?a PROJECTED C PROJECTED am'04 jmft~b*

START DATE COMPI E1 ION DAfl

12/0112011 11/30=16 C OTH4ER (Spoc*I

3. FOR FOLLOW-ON CONTRACT, ENTER PRECEDING CONTRACT NUMBER AND PROJECTED COMPLETION DATE

A rIOCS NOT AJPPLY B CONTRACT NJAAEbR DAYF

MA C- /0 - 47-40'0/

e. PROJFCT IIILET. AND OTHER IDENTIFYING INFORMATION

Transporuation Support for NRC Senior Staff

5. PERFORMANCE WILL REQUIREA ACCESS TO CLASSIFIED MATTER OR CLASSIFIED INFORMATION

4 YES (0I-YES.'anwer1-Tbetow)

NaO A(I 'MO'pTnced to .C)

I ACCESS TO FOREIGN INTELLIGENCE INFOWAATION

2, RECEIPT. STORAGE, OR OTHER SAFEGUARDING OfCLASSIFIED MATTER. (See 5..)

3. GENERATION OF CLAMIFiED MATTER.

4 ACCESS TO CRYPTOGRAP"IeC MA TRIAL OR OTHERCLASSIFIED COMSEC INFORMATION.

5. ACCESS rO CLASSIFIED MATTER OR CLASSIFIED

IN FORMATION PROCESSED BY ANOTHER AGENCY.

S. CLASSIFIED USE OF AN INFORMATION TECHNOLOGYPROCESSING SYSTEM,

7 OTHER (SPecify) Conversation in vehiciev

8 IS FAC 1ITY CLEARANCE REOUIRED? .. YES VAN

NATIONAL SECURITY

NOTAPPLICABLE

RESTRICTED DATA

SECRET CONFImENTIALSECRET CONnDENTIAL

'K

'p

4'p'p

C,

0

E

F,

UNESCORTED ACCESS IS REQUIRED TO NUCLEAR POWERPLANTS

ACCESS IS REQUIRED TO UNCLASSIFIED SAFEGUARDSINFORMATION.

ACCESS IS REQUIRED TO SENSITIVE IT SYSTEM ANDOATA

U N.ESCORTED ACCESS TO NRC HEADQUARTERSBUILDING.

41 4 4 4

4 REQUIRE OPERATION OF GOVERNMENT VE4ICLES ORG TRANSPORT PASSENGERS FOR riFE NRC,

WILL OPERATE HAZARDOUS EQUIPMENT AT NRCFACILITIES

REQUIRED TO CARRY FIREARMS

J. FOUND TO USE OR ADMIT TO USE OF ILLEGAL DRUGS.

FOR PROCEDURES AND REQOUIREMENTS ON PROVIDING TEMPORARY AND FINAL APPROVAL FOR UNESCOArED ACCESS, RFFER TO HRCMO 17

NOTE: IMMEDIATELY NOTIFY DRUG PROGRAM STAFF IF BOX 5 A, C, DTG, H, I, OR J IS CHECKED.

KRC fORM -BY IT-2'081 PRINTED• ON Rý-CVCtff) PAPI;R

Page 53: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

E, INFORMATION PERTAINU TO THESE REOUIREMMNTS OR THIS PROJET, eVEN THOLIOM SUCH INFORMATION 13 CONSIDERED UNCLASSIFIED

SKALL NOT BE RELEASED FOR EMIRTION EXCEPT AS APPROVED BY'

NPJI AND TnTE MGNA7VRE DATE

-r RpJ4S--

7. CLASSIFICATION GUIDANCENAlJ'RE OF CLASSIFIED GUiDAMCE IDIENTIFICATION OF CIASSIFICATION OWES

8, CLASSIFIED REVIEW OF CONTRACTOR I SUBCONTRACTOR REPORT(S) AND OTHER DOCUMENTS WILL BEC•ONDUCTED BY:

AUTHORIZED CLASSIFIER (N&Me 8M TRB DIVISON OF FACILITIES AND SECURITY

9. REQUIRED DISTRIIUlION OF NRC FORM IIT Chwc* opprop•pd box(es)

SPONSORINGNRCOICEOR iDM81oN (R,* m ISAI 4, D5VIS0 OF CONTRACTS AND PROPERTY IANAGEMFWT

, MS*ON OF PACUtS A••SECURITY c(hn 10a) CONTRACTOR 1Ama)

SECURrY)CLASSIFtCAflON REOQUIREWSENY FOR SUBCON'RACTS RESULTIN FROM THIS CONTRACTVALL BE APPROED BY T"FOP-FICIALS NAMED IN ITEMS 108 AND 10

10. APPROVALS

SECURII"LASSIFICATION REOUIRU4ENTS FOR BStBCONTRACTS RES3.TwG FROM 7THI5 CORCT Will. BE APPROVED BY THF I, HCIM 8 NAMED INITEMS IDS ANO) IC BELOW

NAME (Print or type) SIGNATURE DATE

DIRECTOR, OFFICE OR DVISION SIONATURE DATE

S. D•I O.,••NOF FACILTIESAZD ECýR• I . .... DE

Marv Jane Ross-Lee~ \4Y4~ 1I} ~ ~ U IhC. DiRECTOR, DIVISION OF CONTRACTS AND PROPERTY AINIAEMENI SIGNATURE DAME

VNd owir obio to DOE WwnUu)

Virgimni Huthi' ' ,4'"

Page 54: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

Page 1 of 9WD 05-2103 (Rev.-11) was first posted on www.wdol.gov on 06/17/2011

REGISTER OF WAGE DETERMINATIONS UNDER U.S. DEPARTMENT OF LABOR.THE SERVICE CONTRACT ACT I EMPLOYMENT STANDARDS ADMINISTRATION

By direction of the Secretary of Labor I WAGE AND HOUR DIVISIONWASHINGTON D.C. 20210

1 Wage Determination No.: 2005-2103Diane C. Koplewski Division of Revision No.: 11Director Wage Determinationsi Date Of Revision: 06/13/2011

States: District of Columbia, Maryland, Virginia

Area: District of Columbia StatewideMaryland Counties of Calvert, Charles, Frederick, Montgomery, PrinceGeorge's, St Mary'sVirginia Counties of Alexandria, Arlington, Fairfax, Falls Church, Fauquier,King George, Loudoun, Prince William, Stafford

**Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support And Clerical Occupations

01011 - Accounting Clerk I 15.0801012 - Accounting Clerk II 16.9201013 - Accounting Clerk III 22.3001020 - Administrative Assistant 31.4101040 - Court Reporter 21.8401051 - Data Entry Operator T 14.3801052 - Data Entry Operator II 15.6901060 - Dispatcher, Motor Vehicle 17.8701070 - Document Preparation Clerk 14.2101090 - Duplicating Machine Operator 14.2101111 - General Clerk I 14.8801112 - General Clerk II 16.2401113 - General Clerk III 18.7401120 - Housing Referral Assistant 25.2901141 - Messenger Courier 13.6201191 - Order Clerk I 15.1201192 - Order Clerk II 16.5001261 - Personnel Assistant (Employment) I 18.1501262 - Personnel Assistant (Employment) II 20.3201263 - Personnel Assistant (Employment) III 22.6501270 - Production Control Clerk 22.0301280 - Receptionist 14.4301290 - Rental Clerk 16.5501300 - Scheduler, Maintenance 18.0701311 - Secretary I 18.0701312 - Secretary II 20.1801313 - Secretary III 25.2901320 - Service Order Dispatcher 16.9801410 - Supply Technician 28.5501420 - Survey Worker 20.0301531 - Travel Clerk I 13.2901532 - Travel Clerk II 14.3601533 - Travel Clerk III 15.4901611 - Word Processor I 15,6301612 - Word Processor II 17.6701613 - Word Processor III 19.95

05000 - Automotive Service Occupations05005 - Automobile Body Repairer, Fiberglass 25.2605010 - Automotive Electrician 23.5105040. - Automotive Glass Installer 22.1505070 - Automotive Worker 22.1505110 - Mobile Equipment Servicer 19.04

http://www.wdol.gov/wdol/scafiles/std/05-2103.txt 10/27/2011

Page 55: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

Page 2 of 905130 - Motor Equipment Metal Mechanic 24.7805160 - Motor Equipment Metal Worker 22.1505190 - Motor Vehicle Mechanic 24.7805220 - Motor Vehicle Mechanic Helper 18.4905250 - Motor Vehicle Upholstery Worker 21.6305280 - Motor Vehicle Wrecker 22.1505310 - Painter, Automotive 23.5105340 - Radiator Repair Specialist 22.1505370 - Tire Repairer 14.4405400 - Transmission Repair Specialist 24.78

07000 - Food Preparation And Service Occupations07010 - Baker 13.8507041 - Cook I 12.5507042 - Cook II 14.6007070 - Dishwasher 10.1107130 - Food Service Worker 10.6607210 - Meat Cutter 18.0807260 - Waiter/Waitress 9.70

09000 - Furniture Maintenance And Repair Occupations09010 - Electrostatic Spray Painter 19.8609040 - Furniture Handler 14.0609080 - Furniture Refinisher 20.2309090 - Furniture Refinisher Helper 15.5209110 - Furniture Repairer, Minor 17.9409130 - Upholsterer 19.86

11000 - General Services And Support Occupations11030 - Cleaner, Vehicles 10.5411060 - Elevator Operator 10.5411090 - Gardener 17.5211122 - Housekeeping Aide 11.8311150 - Janitor 11.8311210 - Laborer, Grounds Maintenance 13.0711240 - Maid or Houseman 11.2611260 - Pruner 11.5811270 - Tractor Operator 16.0411330 - Trail Maintenance Worker 13.0711360 - Window Cleaner 12.85

12000 - Health Occupations12010 - Ambulance Driver 20.4112011 - Breath Alcohol Technician 20.2712012 - Certified Occupational Therapist Assistant 23.1112015 - Certified Physical Therapist Assistant 21.4312020 - Dental Assistant 17.1812025 - Dental Hygienist 44.7512030 - EKG Technician 27.6712035 - Electroneurodiagnostic Technologist 27.6712040 - Emergency Medical Technician 20.4112071 - Licensed Practical Nurse I 19.0712072 - Licensed Practical Nurse II 21.3512073 - Licensed Practical Nurse III 24.1312100 - Medical Assistant 15.0112130 - Medical Laboratory Technician 18.0412160 - Medical Record Clerk 17.4212190 - Medical Record Technician 19.5012195 - Medical Transcriptionist 18.7712210 - Nuclear Medicine Technologist 37.6012221 - Nursing Assistant I 10.8012222 - Nursing Assistant II 12.1412223 - Nursing Assistant III 13.9812224 - Nursing Assistant IV 15.6912235 - Optical Dispenser 20.1712236 - Optical Technician 15.8012250 - Pharmacy Technician 18.1212280 - Phlebotomist 15.6912305 - Radiologic Technologist 31.1112311 - Registered Nurse I 27.64

http://www.wdol.gov/wdol/scafiles/std/05-2103.txt 10/27/2011

Page 56: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

12312 - Registered Nurse II12313 - Registered Nurse II, Specialist12314 - Registered Nurse III12315 - Registered Nurse III, Anesthetist12316 - Registered Nurse IV12317 - Scheduler (Drug and Alcohol Testing)

13000 - Information And Arts Occupations13011 - Exhibits Specialist I13012 - Exhibits Specialist II13013 - Exhibits Specialist III13041 - Illustrator I13042 - Illustrator II13043 - Illustrator III13047 - Librarian13050 - Library Aide/Clerk13054 - Library Information Technology SystemsAdministrator13058 - Library Technician13061 - Media Specialist I13062 - Media Specialist II13063 - Media Specialist III13071 - Photographer I13072 - Photographer II13073 - Photographer III13074 - Photographer IV13075 - Photographer V13110 - Video Teleconference Technician

14000 - Information Technology Occupations14041 - Computer Operator I14042 - Computer Operator II14043 - Computer Operator III14044 - Computer Operator IV14045 - Computer Operator V14071 - Computer Programmer I14072 - Computer Programmer II14073 - Computer Programmer III14074 - Computer Programmer IV14101 - Computer Systems Analyst I14102 - Computer Systems Analyst II14103 - Computer Systems Analyst III14150 - Peripheral Equipment Operator14160 - Personal Computer Support Technician

15000 - Instructional Occupations15010 - Aircrew Training Devices Instructor (Nc15020 - Aircrew Training Devices Instructor (R•15030 - Air Crew Training Devices Instructor (]15050 - Computer Based Training Specialist / Ii15060 - Educational Technologist15070 - Flight Instructor (Pilot)15080 - Graphic Artist15090 - Technical Instructor15095 - Technical Instructor/Course Developer15110 - Test Proctor15120 - Tutor

16000 - Laundry, Dry-Cleaning, Pressing And Relat16010 - Assembler16030 - Counter Attendant16040 - Dry Cleaner16070 - Finisher, Flatwork, Machine16090 - Presser, Hand16110 - Presser, Machine, Drycleaning16130 - Presser, Machine, Shirts16160 - Presser, Machine, Wearing.Apparel, Laur16190 - Sewing Machine Operator16220 - Tailor16250 - Washer, Machine

http://www.wdol.gov/wdol/scafiles/std/05-2103.txt

Page 3 of 933.4433.4440.1340.1348.1021.73

19.8624.6130.0920.4825.3831.0333.8814.2130.60

19.8918.7320.9523.3616.6318.9023.6728.6533.7620.39

18.9221.1823.6026.2229.0526.36(see

(see(see(see(see(see(see

1)1)1)1)1)1)1)

on-Rated)ated)Pilot)nstructor

.ed Occupations

ndry

18.9226.22

36.4744.0652.8136.4735.3152.8126.8025.0830.6720.2020.20

9.889.88

12.949.889.889.889.889.88

13.7814.6610.88

10/27/2011

Page 57: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

Page 4 of 919000 - Machine Tool Operation And Repair Occupation

19010 - Machine-Tool Operator (Tool Room)19040 - Tool And Die Maker

21000 - Materials Handling And Packing Occupations21020 - Forklift Operator21030 - Material Coordinator21040 - Material Expediter21050 - Material Handling Laborer21071 - Order Filler21080 - Production Line Worker (Food Processing)21110 - Shipping Packer21130 - Shipping/Receiving Clerk21140 - Store Worker I21150 - Stock Clerk21210 - Tools And Parts Attendant21410 - Warehouse Specialist

23000 - Mechanics And Maintenance And Repair Occupat23010 - Aerospace Structural Welder23021 - Aircraft Mechanic I23022 - Aircraft Mechanic II23023 - Aircraft Mechanic III23040 - Aircraft Mechanic Helper23050 - Aircraft, Painter23060 - Aircraft Servicer23080 - Aircraft Worker23110 - Appliance Mechanic23120 - Bicycle Repairer23125 - Cable Splicer23130 - Carpenter, Maintenance23140 - Carpet Layer23160 - Electrician, Maintenance23181 - Electronics Technician Maintenance I23182 - Electronics Technician Maintenance II23183 - Electronics Technician Maintenance III23260 - Fabric Worker23290 - Fire Alarm System Mechanic23310 - Fire Extinguisher Repairer23311 - Fuel Distribution System Mechanic23312 - Fuel Distribution System Operator23370 - General Maintenance Worker23380 - Ground Support Equipment Mechanic23381 - Ground Support Equipment Servicer23382 - Ground Support Equipment Worker23391 - Gunsmith I23392 - Gunsmith II23393 - Gunsmith III23410 - Heating, Ventilation And Air-ConditioningMechanic23411 - Heating, Ventilation And Air ContditioningMechanic (Research Facility)23430 - Heavy Equipment Mechanic23440 - Heavy Equipment Operator23460 - Instrument Mechanic23465 - Laboratory/Shelter Mechanic23470 - Laborer23510 - Locksmith23530 - Machinery Maintenance Mechanic23550 - Machinist, Maintenance23580 - Maintenance Trades Helper23591 - Metrology Technician I23592 - Metrology Technician II23593 - Metrology Technician III23640 - Millwright23710 - Office Appliance Repairer23760 - Painter, Maintenance23790 - Pipefitter, Maintenance

http://www.wdol.gov/wdol/scafiles/std/05-2103.txt

5

ons

21.1423.38

18.0222.0322,.0313.8315.0918.0215.0915.0911.7216. 8618.0218.02

27.2125.8327.2128.5317.5424.7319.7621.0121.7514.4326.0221.4020.4927 .98

24. 9426.4727.8919.1322.9117..6222.8119.3821.4325.8319.7621.0117 .6220.4922.9123.89

25.17

22.9122.9122.5921.7514.9821.9023.1222.9118.2722.5923.8024.9628.1922.9621.7524.63

10/27/2011

Page 58: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

23810 - Plumber, Maintenance23820 - Pneudraulic Systems Mechanic23850 - Rigger23870 - Scale Mechanic23890 - Sheet-Metal Worker, Maintenance23910 - Small Engine Mechanic23931 - Telecommunications Mechanic I23932 - Telecommunications Mechanic II23950 - Telephone Lineman23960 - Welder, Combination, Maintenance23965 - Well Driller23970 - Woodcraft Worker23980 - Woodworker

24000 - Personal Needs Occupations24570 - Child Care Attendant24580 - Child Care Center Clerk24610 - Chore Aide24620 - Family Readiness And Support ServicesCoordinator24630 - Homemaker

25000 - Plant And System Operations Occupations25010 - Boiler Tender25040 - Sewage Plant Operator25070 - Stationary Engineer25190 - Ventilation Equipment Tender25210 - Water Treatment Plant Operator

27000 - Protective Service Occupations27004 - Alarm Monitor

27007 - Baggage Inspector27008 - Corrections Officer27010 - Court Security Officer27030 - Detection Dog Handler27040 - Detention Officer27070 - Firefighter27101 - Guard I27102 - Guard II27131 - Police Officer I27132 - Police Officer II

28000 - Recreation Occupations28041'- Carnival Equipment Operator28042 - Carnival Equipment Repairer28043 - Carnival Equpment Worker28210 - Gate Attendant/Gate Tender28310 - Lifeguard28350 - Park Attendant (Aide)28510 - Recreation Aide/Health Facility Attendant28515 - Recreation Specialist28630 - Sports Official28690 - Swimming Pool Operator

29000 - Stevedoring/Longshoremen Occupational Services29010 - Blocker And Bracer29020 - Hatch Tender29030 - Line Handler29041 - Stevedore I29042 - Stevedore II

30000 - Technical Occupations30010 - Air Traffic Control Specialist, Center (HFO)30011 - Air Traffic Control Specialist, Station (HFO)30012 - Air Traffic Control Specialist, Terminal (HFO)30021 - Archeological Technician I30022 - Archeological Technician II30023 - Archeological Technician III30030 - Cartographic Technician30040 - Civil Engineering Technician30061 - Drafter/CAD Operator I30062 - Drafter/CAD Operator II

Page 5 of 922.2922.9122.9120.4922.9120.4929.9531.5527.4122.9122.9122.9117.62

12.7917.7710.5716.90

18.43

27.3.020.8427.3019.4920.84

20.5712.7122.8024.7220.5722.8024.6312.7120.5726.5229.67

13.5914.63

9.2413.0111.5914.5610.6218.0411.5918.21

23.1323.1323.1321.3124.24

(see 2)(see 2)(see 2)

39.9226.8429.5620.1922.6027.9827 .9826.4120.1922.60

http://www.wdol.gov/wdol/scafiles/std/05-2103.txt 10/27/2011

Page 59: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

Page 6 of 930063 - Drafter/CAD Operator III 25.1930064 - Drafter/CAD Operator IV 31.0030081 - Engineering Technician I 22.9230082 - Engineering Technician II 25.7230083 - Engineering Technician III 28.7930084 - Engineering Technician IV 35.6430085 - Engineering Technician V 43.6130086 - Engineering Technician VI 52.7630090 - Environmental Technician 27.4130210 - Laboratory Technician 23.3830240 - Mathematical Technician 28.9430361 - Paralegal/Legal Assistant I 21.3630362 - Paralegal/Legal Assistant II 26.4730363 - Paralegal/Legal Assistant III 32.3630364 - Paralegal/Legal Assistant IV 39.1630390 - Photo-Optics Technician 27.9830461 - Technical Writer I 21.9330462 - Technical Writer II 26.8430463 - Technical Writer III 32.4730491 - Unexploded Ordnance (UXO) Technician I 24.7430492 - Unexploded Ordnance (UXO) Technician II 29.9330493 - Unexploded Ordnance (UXO) Technician III 35.8830494 - Unexploded (UXO) Safety Escort 24.7430495 - Unexploded (UXO) Sweep Personnel 24.7430620 - Weather Observer, Combined Upper Air Or (see 2) 25.19Surface Programs30621 - Weather Observer, Senior (see 2) 27.98

31000 - Transportation/Mobile Equipment Operation Occupations31020 - Bus Aide 14.3231030 - Bus Driver 20.8531043 - Driver Courier 13.9831260 - Parking and Lot Attendant 10.0731290 - Shuttle Bus Driver 15.6631310 - Taxi Driver 13.9831361 - Truckdriver, Light 15.6631362 - Truckdriver, Medium 17.9031363 - Truckdriver, Heavy 19.1831364 - Truckdriver, Tractor-Trailer 19.18

99000 - Miscellaneous Occupations99030 - Cashier 10.0399050 -,Desk Clerk 11.5899095 - Embalmer 23.0599251 - Laboratory Animal Caretaker I 11.3099252 - Laboratory Animal Caretaker II 12.3599310 - Mortician 31.7399410 - Pest Controller 17.6999510 - Photofinishing Worker 13.2099710 - Recycling Laborer 18.5099711 - Recycling Specialist 22.7199730 - Refuse Collector 16.4099810 - Sales Clerk 12.0999820 - School Crossing Guard 13.4399830 - Survey Party Chief 21.949983.1 - Surveying Aide 13.6399832 - Surveying Technician 20.8599840 - Vending Machine Attendant 14.4399841 - Vending Machine Repairer 18.7399842 - Vending Machine Repairer Helper 14.43

ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS:

http://www.wdol.gov/wdol/scafiles/std/05-2103.txt 10/'27/2011

Page 60: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

Page 7 of 9HEALTH & WELFARE: $3.59 per hour or $143.60 per week or $622.27 per month

VACATION: 2 weeks paid vacation after 1 year of service with a contractor orsuccessor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of serviceincludes the whole span of continuous service with the present contractor orsuccessor, wherever employed, and with the predecessor contractors in theperformance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)

HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin LutherKing Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, LaborDay, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (Acontractor may substitute for any of the named holidays another day off with pay inaccordance with a plan communicated to the employees involved.) (See 29 CFR 4174)

THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:

1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination doesnot apply to any employee who individually qualifies as a bona fide executive,administrative, or professional employee as defined in 29 C.F.R. Part 541. Becausemost Computer System Analysts and Computer Programmers who are compensated at a ratenot less than $27.63 (or on a salary or fee basis at a rate not less than $455 perweek) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.400) wage rates may not be listed on this wage determination for all occupationswithin those job families. In addition, because this wage determination may notlist a wage rate for some or all occupations within those job families if the surveydata indicates that the prevailing wage rate for the occupation equals or exceeds$27.63 per hour conformances may be necessary for certain nonexempt employees. Forexample, if an individual employee is nonexempt but nevertheless performs dutieswithin the scope of one of the Computer Systems Analyst or Computer Programmeroccupations for which this wage determination does not specify an SCA wage rate,then the wage rate for that employee must be conformed in accordance with theconformance procedures described in the conformance note included on this wagedetermination.

Additionally, because job titles vary widely and change quickly in the computerindustry, job titles are not determinative of the application of the computerprofessional exemption. Therefore, the exemption applies only to computer employeeswho satisfy the compensation requirements and whose primary duty consists of:

(l) The application of systems analysis techniques and procedures, includingconsulting with users, to determine hardware, software or system functionalspecifications;

(2) The design, development, documentation, analysis, creation, testing ormodification of computer systems or programs, including prototypes, based on andrelated to user or system design specifications;

(3) The design, documentation, testing, creation or modification of computerprograms related to machine operating systems; or

(4) A combination of the aforementioned duties, the performance of whichrequires the same level of skills. (29 C.F.R. 541.400).

2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If youwork at night as part of a regular tour of duty, you will earn a night differentialand receive an additional 10% of basic pay for any hours worked between 6pm and 6am.

If you are a full-time employed (40 hours a week) and Sunday is part of yourregularly scheduled workweek, you are paid at your rate of basic pay plus a Sundaypremium of 25% of your basic rate for each hour of Sunday work which is not overtime(i.e. occasional work on Sunday outside the normal tour of duty is consideredovertime work).

HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employeesemployed in a position that represents a high degree of hazard when working with orin close proximity to ordinance, explosives, and incendiary materials. Thisincludes work such as screening, blending, dying, mixing, and pressing of sensitiveordance, explosives, and pyrotechnic compositions such as lead azide, black powder

http://www.wdol.gov/wdol/scafiles/std/05-2103.txt 10/27/2011

Page 61: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

Page 8 of 9and photoflash powder. All dry-house activities involving propellants or explosives.

Demilitarization, modification, renovation, demolition, and maintenance operationson sensitive ordnance, explosives and incendiary materials. All operationsinvolving regrading and cleaning of artillery ranges.

A 4 percent differential is applicable to employees employed in a position thatrepresents a low degree of hazard when working with, or in close proximity toordance, (or employees possibly adjacent to) explosives and incendiary materialswhich involves potential injury such as laceration of hands, face, or arms of theemployee engaged in the operation, irritation of the skin, minor burns and thelike; minimal damage to immediate or adjacent work area or equipment being used.All operations involving, unloading, storage, and hauling of ordance, explosive, andincendiary ordnance material other than small arms ammunition. These differentialsare only applicable to work that has been specifically designated by the agency forordance, explosives, and incendiary material differential pay.

* UNIFORM ALLOWANCE *

If employees are required to wear uniforms in the performance of this contract(either by the terms of the Government contract, by the employer, by the state orlocal law, etc.), the cost of furnishing such uniforms and maintaining (bylaundering or dry cleaning) such uniforms is an expense that may not be borne by anemployee where such cost reduces the hourly rate below that required by the wagedetermination. The Department of Labor will accept payment in accordance with thefollowing standards as compliance:

The contractor or subcontractor is required to furnish all employees with anadequate number of uniforms without cost or to reimburse employees for the actualcost of the uniforms. In addition, where uniform cleaning and maintenance is madethe responsibility of the employee, all contractors and subcontractors subject tothis wage determination shall (in the absence of a bona fide collective bargainingagreement providing for a different amount, or the furnishing of contraryaffirmative proof as to the actual cost), reimburse all employees for such cleaningand maintenance at a rate of $3.35 per week (or $.67 cents per day). However, inthose instances where the uniforms furnished are made of "wash and wear"

materials, may be routinely washed and dried with other personal garments, and donot require any special treatment such as dry cleaning, daily washing, or commerciallaundering in order to meet the cleanliness or appearance standards set by the termsof the Government contract, by the contractor, by law, or by the nature of the work,there is no requirement that employees be reimbursed for uniform maintenance costs.

The duties of employees under job titles listed are those described in the"Service Contract Act Directory of Occupations", Fifth Edition, April 2006,unless otherwise indicated. Copies of the Directory are available on the Internet. Alinks to the Directory may be found on the WHD home page at http://www.dol.gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site athttp://wdol.gov/.

REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form1444 (SF 1444)1

Conformance Process:

The contracting officer shall require that any class of service employee which isnot listed herein and which is to. be employed under the contract (i.e., the work tobe performed is not performed by any classification listed in the wagedetermination), be classified by the contractor so as to provide a reasonablerelationship (i.e., appropriate level of skill comparison) between such unlistedclassifications and the classifications listed in the wage determination. Suchconformed classes of employees shall be paid the monetary wages and furnished thefringe benefits as are determined. Such conforming process shall be initiated bythe contractor prior to the performance of contract work by such unlisted class(es)of employees. The conformed classification, wage rate, and/or fringe benefits shallbe retroactive to the commencement date of the contract. {See Section 4.6 (C) (vi)}When multiple wage determinations are included in a contract, a separate SF 1444should be prepared for each wage determination to which a class(es) is to be

http://vwww.wdol.gov/wdoUscafiles/std/05-2103.txt 10/27/2011

Page 62: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

Page 9 of 9conformed.

The process for preparing a conformance request is as follows:

1) When preparing the bid, the contractor identifies the need for a conformedoccupation(s) and computes a proposed rate(s).

2) After contract award, the contractor prepares a written report listing in orderproposed classification title(s), a Federal grade equivalency (FGE) for eachproposed classification(s), job description(s), and rationale for proposed wagerate(s), including information regarding the agreement or disagreement of theauthorized representative of the employees involved, or where there is no authorizedrepresentative, the employees themselves. This report should be submitted to thecontracting officer no later than 30 days after such unlisted class(es) of employeesperforms any contract work.

3) The contracting officer reviews the proposed action and promptly submits a reportof the action, together with the agency's recommendations and pertinentinformation including the position of the contractor and the employees, to the Wageand Hour Division, Employment Standards Administration, U.S. Department of Labor,for review. (See section 4.6(b) (2) of Regulations 29 CFR Part 4).

4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, ordisapproves the action via transmittal to the agency contracting officer, ornotifies the contracting officer that additional time will be required to processthe request.

5) The contracting officer transmits the Wage and Hour decision to the contractor.

.6) The contractor informs the affected employees.

Information required by the Regulations must be submitted on SF 1444 or bond paper.

When preparing a conformance request, the "Service Contract Act Directory ofOccupations" (the Directory) should be used to compare job definitions to insurethat duties requested are not performed by a classification already listed in thewage determination. Remember, it is not the job title, but the required tasks thatdetermine whether a class is included in an established wage determination.Conformances may not be used to artificially split, combine, or subdivideclassifications listed in the wage determination.

http://www.wdol.gov/wdol/scaftles/std/05-2103.txt 10/27/2011

Page 63: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

ATTACHMENT

BILLING INSTRUCTIONS FORLABOR HOUR/TIME AND MATERIALS TYPE CONTRACTS (JUNE 2008)

General: During performance and through final payment of this contract, the contractor isresponsible for the accuracy and completeness of data within the Central ContractorRegistration (CCR) database and for any liability resulting from the Government's reliance oninaccurate or incomplete CCR data.

The contractor shall prepare vouchers/invoices as prescribed herein. FAILURE TO SUBMITVOUCHERS/INVOICES IN ACCORDANCE WITH THESE INSTRUCTIONS WILL RESULT INREJECTION OF THE VOUCHER/INVOICE AS IMPROPER.

Form: Claims shall be submitted on the payee's letterhead, voucher/invoice, or on theGovernments Standard Form 1034, "Public Voucher for Purchases and Services Other thanPersonal," and Standard Form 1035, "Public Voucher for Purchases Other than Personal-Continuation Sheet."

Number of Copies: A signed original shall be submitted. If the voucher/invoice includes thepurchase of any property with an initial acquisition cost of $50,000 or more, a copy of the signedoriginal is also required.

Designated Aaency Billing Office: The preferred method of submitting vouchers/invoices iselectronically to the Department of the Interior at NRCPavments(tDnbc.qov

If the voucher/invoice includes the purchase of any property with an initial acquisition cost of$50,000 or more, a copy of the signed original shall be electronically sent to: Propertyvnrc.qov

However, if you submit a hard-copy of the voucher/invoice, it shall be submitted to the followingaddress:

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

If you submit a hard-copy of the voucher/invoice and it includes the purchase of any propertywith an initial acquisition cost of $50,000 or more, a copy of the signed original shall be mailed tothe following address:

U.S. Nuclear Regulatory CommissionNRC Property Management OfficerMail Stop: O-4D15Washington, DC 20555-0001

HAND-CARRIED SUBMISSIONS WILL NOT BE ACCEPTED

Agency Payment Office: Payment will continue to be made by the office designated in thecontract in Block 12 of Standard Form 26, Block 25 of Standard Form 33, or Block 18a. ofStandard Form 1449, whichever is applicable.

Page 1 of 4

Page 64: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

ATTACHMENT

BILLING INSTRUCTIONS FORLABOR HOURITIME AND MATERIALS TYPE CONTRACTS (JUNE 2008)

Frequency: The contractor shall submit claims for reimbursement once each month, unlessotherwise authorized by the Contracting Officer.

Format Claims shall be submitted in the format depicted on the attached sample form entitled'Voucher/Invoice for Purchases and Services Other than Personal" (see Attachment 1). Thesample format is provided for guidance only. The format is not required for submission of avoucher/invoice. Alternate formats are permissible provided all requirements of the billinginstructions are addressed.

Billing of Cost after Expiration of Contract: If costs are incurred during the contract periodand claimed after the contract has expired, you must cite the period during which these costswere incurred. To be considered a proper expiration voucher/invoice, the contractor shall clearlymark it "EXPIRATION VOUCHER" or "EXPIRATION INVOICE".

Final vouchers/invoices shall be marked "FINAL VOUCHER" or "FINAL INVOICE".

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

Supersession: These instructions supersede any previous billing instructions.

Page 2 of 4

Page 65: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

ATTACHMENT

BILLING INSTRUCTIONS FORLABOR HOURITIME AND MATERIALS TYPE CONTRACTS (JUNE 2008)

INVOICE/VOUCHER FOR PURCHASES AND SERVICES OTHER THAN PERSONAL(SAMPLE FORMAT - COVER SHEET)

1. Official Agency Billina Office

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

2. Voucher Information

a. Payee's DUNS Number or DUNS+4. The Payee shall include the Payee's Data UniversalNumber (DUNS) or DUNS+4 number that identifies the Payee's name and address. TheDUNS+4 number is the DUNS number plus a 4-character suffix that may be assigned at thediscretion of the Payee to identify alternative Electronic Funds Transfer (EFT) accounts for thesame parent concern.

b. Payee's Name and Address. Show the name of the Payee as it appears in the contract andits correct address. If the Payee assigns the proceeds of this contract as provided for in theassignment of claims terms of this contract, the Payee shall require as a condition of any suchassignment, that the assignee shall register separately in the Central Contractor Registration(CCR) database at http://www.ccr.gov and shall be paid by EFT in accordance with the terms ofthis contract. See Federal Acquisition Regulation 52.232-33(g) Payment by Electronic FundsTransfer - Central Contractor Registration (October 2003).

c. Contract Number. Insert the NRC contract or purchase order number.

d. Voucher/invoice. The appropriate sequential number of the voucher/invoice, beginning with001 should be designated. Contractors may also include an individual internal accountingnumber, if desired, in addition to the 3-digit sequential number.

e. Date of Voucher/Invoice. Insert the date the voucher/invoice is prepared.

f. Billing period. Insert the beginning and ending dates (day, month, and year) of the periodduring which costs were incurred and for which reimbursement is claimed.

g. Required Attachments (Supporting Documentation). Direct Costs. The contractor shallsubmit as an attachment to its invoice/voucher cover sheet a listing of labor categories, hoursbilled, fixed hourly rates, total dollars, and cumulative hours billed to date under each laborcategory authorized under the contract/purchase order for each of the activities to be performedunder the contract/purchase order. The contractor shall include incurred costs for (1) travel, (2)materials, including non-capitalized equipment and supplies, (3) capitalized nonexpendableequipment, (4) materials handling fee, (5) consultants (supporting information must include thename, hourly or daily rate of the consultant, and reference the NRC approval), and (6)subcontracts (include separate detailed breakdown of all costs paid to approved subcontractorsduring the billing period) with the required supporting documentation, as well as the cumulativetotal of each cost, billed to date by activity.

Page 3 of 4

Page 66: SOUCITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS P I … · 2012. 12. 6. · 210 W 28TH ST Denver CO 80235-2230 BALTIMORE MD 21211-3020 TELEPHONE NO 1b. SU•TT ... 2011, and the Price

ATTACHMENT

BILLING INSTRUCTIONS FORLABOR HOUR/TIME AND MATERIALS TYPE CONTRACTS (JUNE 2008)

3. Definitions

a. Non-capitalized Equipment, Materials, and Supplies. These are equipment other thanthat described in number (4) below, plus consumable materials, supplies. List bycategory. List items valued at $1,000 or more separately. Provide the item number foreach piece of equipment valued at $1,000 or more.

b. Capitalized Non Expendable Equipment. List each item costing $50,000 or more andhaving a life expectancy of more than one year. List only those items of equipment forwhich reimbursement is requested. For each such item, list the following (as applicable):(a) the item number for the specific piece of equipment listed in the property schedule ofthe contract; or (b) the Contracting Officer's approval letter if the equipment is notcovered by the property schedule.

c. Material handling costs. When included as part of material costs, material handling costsshall include only costs clearly excluded from the labor-hour rate, Material handling costsmay include all appropriate indirect costs allocated to direct materials in accordance withthe contractor's usual accounting procedures.

Sample Voucher Information (Supporting Documentation must be attached)

This voucher/invoice represents reimbursable costs for the billing periodfrom through

Amount BilledCurrent Period Cumulative

(f) Direct Costs:

(1) Direct Labor

(2) Travel

(3) Materials

(4) Equipment

,$ ,

$.

$.

$.

$.

$

$

$,

$

$

,,

(5) Materials Handling Fee

(6) Consultants

(7) Subcontracts

Total Direct Costs:

Page 4 of 4