30
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1. REQUISITION NO. PAGE 1 OF 30 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 ADM- 13 -3 31 2. CONTRACT NO. 3. AWARDIEFFECTIVE DATE 14. ORDER NO. 5.SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE NRC-HQ-13-C-10-0035 See Block 31c. NRC-HO-13-T-10-O001 7. FOR SOLICITATION a. NAME ,TELEPHONENO. (No Colled Cals) 8. OFFER DUE DATE/LOCAL INFORMATIONCALL Nancy Lamon-Kritikos 301-287-0885 TIME 9. ISSUED BY CODE 3100 10. THIS ACOUISITION IS D UNRESTRICTEO OR O SET ASIDE: 100 %FORý U.S. Nuclear Regulatory Commission F-1 SMALL BUSINESS r WOMEN-OWNED SMALL BUSINESS Div. of Contracts.1 (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED Attn: Nancy Lamon-Kritikos 0 HUSZONE SMALL SMALL BUSINESS PROGRAM NAICS: 541310 Mail Stop: 3WFN-05Al2MP BUSINESS EDWOSB Washington, DC 20555 [] SERVICE-DISABLED SIZE STANDARD. VETERAN-OWNED SMALL BUSINESS B-A. Y 7 Million 11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERMS 131. RATING TION UNLESS BLOCK IS N/A MARKED 1/ 13a. THISCONTRACTISA N/A RATED ORDER UNDER SEE SCHEDULE OPAS (15 CFR 700) 14. METHOD OF SOLICITATION E] RFO I FS [RFP IS. DELIVER TO CODE 16. ADMINISTERED BY CODE 3300 U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory Commission Div. of Contracts Mail Stop: 3WFN-05AI2MP Washington DC 20555 Washington, DC 20555 179. CONTRACTOR/OFFEROR CODE FACILITY CODE Iea. PAYMENT WILL BE MADE BY CODE 13100 EIGHTH DAY DESIGN INC NRC Payments EDD U.S. Nuclear Regulatory Commission One White Flint North Mailstop 03-E17A 7653 LEESBURG PIKE 11555 Rockville Pike Rockville, MD 20852-2738 FALLS CHURCH VA 220432520 PHONE: FAX: TELEPHONE NO. DUNS:622070464 DUNS44: 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK Me8 UNLESS BLOCK BELOW IS CHECKED 1- 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER D SEE ADDENDUM 19. 20. 21. 22. 23. 1 24. ITEM NO. SCHEDULE OF SUPPUES/SERVICES tUANTITY UNIT UNIT PRICE AMOUNT The purpose of this task order is to establish a task Order under the base IDI contracl NRC-HQ-13-'-10-0035. All work will be billed under this task order from the effective date of this 4ask order Funds ob Ligated in Ile amount of $20,000 are hereby transferred from the base IDIQ contract, NRC-HQ-13-C-I-0035, td this task order. Ad itional funding in the amount of $180,000 is hereby obligated. This task order is a labor hour order. Period of Performance for this task order is Date of Award throug April 7 2016, including foul option periods. (Use Reverse andfor AttachAAdditonal Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Goo. Use Ony) DUNS: 622070464 NAICS: 541310 PSC: 449 9 CQ.It ,Aj Transfer funds of $20,000 from the base contract NRC-HQ-13-C-10-0035. $709,757.00 Add additional funds of $180,000. See Accounting Data on page A-3. L 27a. SOLCITATION INCORPORATES BY REFERENCE FAR 52.212-1. 5212-4. FAR 52212-3 AND 52212-5 ARE ATTACHED. ADDENDA Li ARE F-1 ARE NOT ATTACHED. 27b. CONTRACTIPURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212.4. FAR 52.212-5 IS ATTACHED. ADDENDA 0 ARE DARE NOT ATTACHED X 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 29. AWARD OF CONTRACT; REF. OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND -- DATED _ YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIDNATUYE.OV OFFERORCN TOR ' " ,a. UNITED STATES PF AMERICA (SIGNATURE OF WOVTIACTING OFFICER) LaroMuszyn SKI, -'res ,. . . 30b, NAME AND TITLE OF SIGNER (TYPE OR PRINT) 130c. DATE SIGNED 31b. NAME OF CONTRAtTINS OFFICER (TYPE ORPRINT) 31c. DT SI PNED Carol Muszynski, President 09/23/2013 MOnique S. Williams N , O 20•R Contracting Officer AUTH-ORIZED FOR LOCAL REPRODUCTION. PREVIOUS EDmON IS NOT USABLE 1E~dpt TE - ADMOO 6UNSI REVIEW GOMPLETL STANDARD FORM 1449 (REV. 202) Prescribed by GSA - FAR (48 CFR) 53212 OCT. 0 3 2013

1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1. REQUISITION NO. PAGE 1 OF 30

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 ADM- 13 - 3 31

2. CONTRACT NO. 3. AWARDIEFFECTIVE DATE 14. ORDER NO. 5.SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE

NRC-HQ-13-C-10-0035 See Block 31c. NRC-HO-13-T-10-O001

7. FOR SOLICITATION a. NAME ,TELEPHONENO. (No Colled Cals) 8. OFFER DUE DATE/LOCAL

INFORMATIONCALL Nancy Lamon-Kritikos 301-287-0885 TIME

9. ISSUED BY CODE 3100 10. THIS ACOUISITION IS D UNRESTRICTEO OR O SET ASIDE: 100 %FORý

U.S. Nuclear Regulatory Commission F-1 SMALL BUSINESS r WOMEN-OWNED SMALL BUSINESSDiv. of Contracts.1 (WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDAttn: Nancy Lamon-Kritikos 0 HUSZONE SMALL SMALL BUSINESS PROGRAM NAICS: 541310Mail Stop: 3WFN-05Al2MP BUSINESS EDWOSBWashington, DC 20555 [] SERVICE-DISABLED SIZE STANDARD.

VETERAN-OWNEDSMALL BUSINESS B-A. Y 7 Million

11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERMS 131. RATINGTION UNLESS BLOCK IS N/AMARKED 1/ 13a. THISCONTRACTISA N/A

RATED ORDER UNDERSEE SCHEDULE OPAS (15 CFR 700) 14. METHOD OF SOLICITATION

E] RFO I FS [RFP

IS. DELIVER TO CODE 16. ADMINISTERED BY CODE 3300

U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory CommissionDiv. of ContractsMail Stop: 3WFN-05AI2MP

Washington DC 20555 Washington, DC 20555

179. CONTRACTOR/OFFEROR CODE FACILITY CODE Iea. PAYMENT WILL BE MADE BY CODE 13100

EIGHTH DAY DESIGN INC NRC PaymentsEDD U.S. Nuclear Regulatory Commission

One White Flint NorthMailstop 03-E17A

7653 LEESBURG PIKE 11555 Rockville PikeRockville, MD 20852-2738

FALLS CHURCH VA 220432520 PHONE: FAX:TELEPHONE NO. DUNS:622070464 DUNS44:

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK Me8 UNLESS BLOCK BELOW IS CHECKED1- 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER D SEE ADDENDUM

19. 20. 21. 22. 23. 1 24.ITEM NO. SCHEDULE OF SUPPUES/SERVICES tUANTITY UNIT UNIT PRICE AMOUNT

The purpose of this task order is to establish a task Order under the base IDI contracl NRC-HQ-13-'-10-0035. All workwill be billed under this task order from the effective date of this 4ask order Funds ob Ligated in Ile amount of $20,000are hereby transferred from the base IDIQ contract, NRC-HQ-13-C-I-0035, td this task order. Ad itional funding inthe amount of $180,000 is hereby obligated.

This task order is a labor hour order.

Period of Performance for this task order is Date of Award throug April 7 2016, including foul option periods.

(Use Reverse andfor AttachAAdditonal Sheets as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Goo. Use Ony)

DUNS: 622070464 NAICS: 541310 PSC: 449 9 CQ.It ,AjTransfer funds of $20,000 from the base contract NRC-HQ-13-C-10-0035. $709,757.00

Add additional funds of $180,000. See Accounting Data on page A-3.

L 27a. SOLCITATION INCORPORATES BY REFERENCE FAR 52.212-1. 5212-4. FAR 52212-3 AND 52212-5 ARE ATTACHED. ADDENDA Li ARE F-1 ARE NOT ATTACHED.

27b. CONTRACTIPURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212.4. FAR 52.212-5 IS ATTACHED. ADDENDA 0 ARE DARE NOT ATTACHED

X 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 29. AWARD OF CONTRACT; REF. OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND -- DATED _ YOUR OFFER ON SOLICITATION

DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH AREADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS:

30a. SIDNATUYE.OV OFFERORCN TOR ' " ,a. UNITED STATES PF AMERICA (SIGNATURE OF WOVTIACTING OFFICER)LaroMuszyn SKI, -'res ,. . .

30b, NAME AND TITLE OF SIGNER (TYPE OR PRINT) 130c. DATE SIGNED 31b. NAME OF CONTRAtTINS OFFICER (TYPE OR PRINT) 31c. DT SI PNED

Carol Muszynski, President 09/23/2013 MOnique S. Williams N , O 20•RContracting Officer

AUTH-ORIZED FOR LOCAL REPRODUCTION.PREVIOUS EDmON IS NOT USABLE

1E~dpt TE - ADMOO6UNSI REVIEW GOMPLETL

STANDARD FORM 1449 (REV. 202)Prescribed by GSA - FAR (48 CFR) 53212

OCT. 0 3 2013

Page 2: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

Table of Contents

SECTIO N A .................................................................................................................................... A -1

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

TASK ORDER TERMS AND CONDITIONS ................................................................................... A-3

A.2 ACCOUNTING AND APPROPRIATION DATA .............................................................. A-3A.3 BRIEF PROJECT TITLE AND WORK DESCRIPTION (AUG 2011) ............................... A-3A.4 CONSIDERATION AND OBLIGATION-TASK ORDERS (AUG 2011) ........................... A-3A .5 PR IC E/C O ST SC H ED U LE ............................................................................................. A-4A .6 STATEM ENT O F W O RK ................................................................................................ A-8A.7 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (AUG 2011) ................... A-1 6A.8 CONTRACTING OFFICER'S REPRESENTATIVE AUTHORITY ALTERNATE 2

(FE B R U A R Y 2004) ...................................................................................................... A -16A.9 2052.215-70 KEY PERSONNEL (JAN 1993) ............................................................. A-16A.10 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS (AUG 2011)A-1 6A.11 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) ...................................... A-18A.12 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) ...... A-18A.13 52.232-19 AVAILABILITY OF FUNDS FOR NEXT FISCAL YEAR (APR 1984) ...... A-19A.14 PACKAGING AND MARKING (AUG 2011) ................................................................ A-15A .15 BRA N D IN G (A U G 2012) ............................................................................................ A-19A.16 ELECTRONIC PAYMENT (JUN 2013) ....................................................................... A-19A.17 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS (AUG 2011)A-20A.18 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOR

E M PLO Y EES (A UG 2011) ........................................................................................... A-20A.19 G REEN PURCHASING (JUN 2011) ........................................................................... A-20A.20 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC

PAYMENT/REMITTANCE ADDRESS (AUG 2011) ...................................................... A-21A.21 BILLING INSTRUCTIONS FOR LABOR-HOUR AND TIME-AND-MATERIAL TYPE

C O N T R A C T S ............................................................................................................... A -2 1ATTACHMENT1: DRAFT UTILIZATION RATE ..................................................................... A-27ATTACHMENT 2: DRAFT STACKING ANALYSIS ............................................................... A-29

Page 3: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

TASK ORDER TERMS AND CONDITIONS

NOT SPECIFIED IN THE CONTRACT

1030 NRC ACQUISITION REGULATION (NRCAR)PROVISIONS AND CLAUSES

AUG 2011

A.2 ACCOUNTING AND APPROPRIATION DATA

The funds below are being transferred from the base IDV contract to this task order. The accounting and appropriationdata is as follows:

Obligate: $20,000.00 B&R: 2013-40-51-F-127 BOC: 3250 JC: L0141 APPN: 31x0200 FAIMIS: 130611

An additional $180,000 in 2013 funds is being added to this task order. The accounting and appropriation data is asfollows:

Obligate: $180,000.00 B&R: 2013-40-51-F-127 BOC: 3250 JC: L0149 APPN: 31x0200 FAIMIS: 131933

A.3 BRIEF PROJECT TITLE AND WORK DESCRIPTION (AUG 2011)

(a) The title of this project is:

White Flint Campus 120 Utilization Rate Implementation Plan

(b) Summary work description:

The contractor shall provide Work Place Strategy Services to meet the U.S. Nuclear Regulatory Commission's (NRC)space utilization requirements that are based on the space utilization rate of 120 usable square feet (USF) per personand 200 SF per person with all space included.

A.4 CONSIDERATION AND OBLIGATION--TASK ORDERS (AUG 2011)

(a) The ceiling of this order for services is $203,185.00. This amount will increase as follows should the optionaltasks and optional periods be exercised:

Task 1:Base Period: $203,185Option Period 1: $192,176

Optional Task 2:Option Period 2: $78,525Option Period 3: $78,525

Optional Task 3:Option Period 4: $157,346

A-3

Page 4: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

(b) This order is subject to the minimum and maximum ordering requirements set forth in the contract.

(c) The amount presently obligated with respect to this order is $200,000.00. The obligated amount shall, at notime, exceed the order ceiling as specified in paragraph (a) above. When and if the amount(s) paid and payable tothe Contractor hereunder shall equal the obligated amount, the Contractor shall not be obligated to continueperformance of the work unless and until the Contracting Officer shall increase the amount obligated with respect tothis order, in accordance with FAR Part 43 - Modifications. Any work undertaken by the Contractor in excess of theobligated amount specified above is done so at the Contractor's sole risk and may not be reimbursed by theGovernment.

(d) The Contractor shall comply with the provisions of FAR 52.232-22 - Limitation of Funds, forincrementally-funded delivery orders or task orders.

A.5 PRICE/COST SCHEDULE

~BAS~PEIOD(Dat6-- wfAar tr ouh,4/7/2014)EST.HRSCLIN LABOR CATEGORY

EST.RATE_ TOTAL

ýý I MWýLý0001 PRINCIPAL 40

0002 SR. PROJECT MANAGER 400

0003 SR. DESIGN/ARCHITECT/SR. DESIGNER 175

0004 ARCHITECT 320

0005 DESIGNER 350

0006 JR. DESIGNER/DRAFTER 300

0007 ADMINISTRATIVE 50

0008 MEP PRINCIPAL 10

0009 MEP PROJECT MANAGER 10

0010 MEP SR. ENGINEER 10

0011 MEP ENGINEER 10

0012 MEP TECHNICAL DESIGNER 10

0013 BIM SPECIALIST 0

0014 MEP DRAFTER 0

0015 MEP CLERICAL 0

0016 MEP CONSTRUCTION MANAGER 0

0017 STRUCTURAL PRINCIPAL 0

0018 STRUCTURAL PROJECT MANAGER 10

0019 STRUCTURAL ENGINEER 10

0020 STRUCTURAL SR. CADD TECHNICIAN 5

0021 STRUCTURAL CADD TECHNICIAL 0

0022 STRUCTURAL CLERICAL 0

0023 COST ESTIMATOR PRINCIPAL 0

0024 SENIOR ESTIMATOR 0

0025 JUNIOR ESTIMATOR 0

0026 COST ESTIMATOR ADMINISTRATIVE 0

A-4

Page 5: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HO-13-C-10-0035 NRC-HQ-13-T-10-0001

NOT-TO-EXCEED TOTAL OF BASE PERIOD $203,185.00LABOR

'.,OPT10N:PERIOD ,i.(4/8/2014 through 9/3012014).:., . :"-. " _-. _._..:. ..-... , , -.EST. EST.

CLIN LABOR CATEGORY HRS RAmTE ITTAL1001 PRINCIPAL 40

1002 SR. PROJECT MANAGER 301

1003 SR. DESIGN/ARCHITECT/SR. DESIGNER 150

1004 ARCHITECT 185

1005 DESIGNER 350

1006 JR. DESIGNER/DRAFTER 320

1007 ADMINISTRATIVE 50

1008 MEP PRINCIPAL 0

1009 MEP PROJECT MANAGER 0

1010 MEP SR. ENGINEER 0

1011 MEP ENGINEER 0

1012 MEP TECHNICAL DESIGNER 0

1013 BIM SPECIALIST 0

1014 MEP DRAFTER 0

1015 MEP CLERICAL 0

1016 MEP CONSTRUCTION MANAGER 0

1017 STRUCTURAL PRINCIPAL 0

1018 STRUCTURAL PROJECT MANAGER 0

1019 STRUCTURAL ENGINEER 0

1020 STRUCTURAL SR. CADD TECHNICIAN 0

1021 STRUCTURAL CADD TECHNICIAL 0

1022 STRUCTURAL CLERICAL 0

1023 COST ESTIMATOR PRINCIPAL 94

1024 SENIOR ESTIMATOR 100

1025 JUNIOR ESTIMATOR 100

1026 COST ESTIMATOR ADMINISTRATIVE 20

NOT-TO-EXCEED TOTAL OF OPTION PERIOD 1LABOR

OPTioN'ERIOD 2.(101/214 through-4/7/2015)."_,.:.__ • -". _,..... _, _." ___, .EST.HRS

I EST.CLIN LABOR CATEGORY2001 PRINCIPAL 25

2002 SR. PROJECT MANAGER 100

2003 SR. DESIGN/ARCHITECT/SR. DESIGNER 50

2004 ARCHITECT 150

2005 DESIGNER 150

2006 JR. DESIGNER/DRAFTER 200 119. -AA-5

Page 6: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

2007 ADMINISTRATIVE 65

2008 MEP PRINCIPAL 0

2009 MEP PROJECT MANAGER 0

20010 MEP SR. ENGINEER 0

2011 MEP ENGINEER 0

2012 MEP TECHNICAL DESIGNER 0

2013 BIM SPECIALIST 0

2014 MEP DRAFTER 0

2015 MEP CLERICAL 0

2016 MEP CONSTRUCTION MANAGER 0

2017 STRUCTURAL PRINCIPAL 0

2018 STRUCTURAL PROJECT MANAGER 0

2019 STRUCTURAL ENGINEER 0

2020 STRUCTURAL SR. CADD TECHNICIAN 0

2021 STRUCTURAL CADD TECHNICIAL 0

2022 STRUCTURAL CLERICAL 0

2023 COST ESTIMATOR PRINCIPAL 0

2024 SENIOR ESTIMATOR 0

2025 JUNIOR ESTIMATOR 0

2026 COST ESTIMATOR ADMINISTRATIVE 0

NOT-TO-EXCEED TOTAL OF OPTION PERIOD 2LABOR

3OP-TIONIPERIOD.3'(4/8'2 5;hog 9302i) - '

EST.HRS

EST.CLIN LABOR CATEGORY3001 PRINCIPAL 25

3002 SR. PROJECT MANAGER 100

3003 SR. DESIGN/ARCHITECT/SR. DESIGNER 50

3004 ARCHITECT 150

3005 DESIGNER 150

3006 JR. DESIGNER/DRAFTER 200

3007 ADMINISTRATIVE 65

3008 MEP PRINCIPAL 0

3009 MEP PROJECT MANAGER 0

3010 MEP SR. ENGINEER 0

3011 MEP ENGINEER 0

3012 MEP TECHNICAL DESIGNER 0

3013 BIM SPECIALIST 0

3014 MEP DRAFTER 0

3015 MEP CLERICAL 0

3016 MEP CONSTRUCTION MANAGER 0

3017 STRUCTURAL PRINCIPAL

3018 STRUCTURAL PROJECT MANAGER 0

A-6

Page 7: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

3019 STRUCTURAL ENGINEER 0

3020 STRUCTURAL SR. CADD TECHNICIAN 0

3021 STRUCTURAL CADD TECHNICIAL 0

3022 STRUCTURAL CLERICAL 0

3023 COST ESTIMATOR PRINCIPAL 0

3024 SENIOR ESTIMATOR 0

3025 JUNIOR ESTIMATOR 0

3026 COST ESTIMATOR ADMINISTRATIVE 0

NOT-TO-EXCEED TOTAL OF OPTION PERIOD 3LABOR

.00

OPTION PEID4(10/112 li5thi6U~h4/7X/2061 ____ ____

EST.HRSCLIN LABOR CATEGORY

4001 PRINCIPAL 20

4002 SR. PROJECT MANAGER 160

4003 SR. DESIGN/ARCHITECT/SR. DESIGNER 100

4004 ARCHITECT 270

4005 DESIGNER 220

4006 JR. DESIGNER/DRAFTER 130

4007 ADMINISTRATIVE 13

4008 MEP PRINCIPAL 16

4009 MEP PROJECT MANAGER 32

4010 MEP SR. ENGINEER 96

4011 MEP ENGINEER 96

4012 MEP TECHNICAL DESIGNER 0

4013 BIM SPECIALIST 0

4014 MEP DRAFTER 0

4015 MEP CLERICAL 16

4016 MEP CONSTRUCTION MANAGER 0

4017 STRUCTURAL PRINCIPAL 0

4018 STRUCTURAL PROJECT MANAGER 0

4019 STRUCTURAL ENGINEER 0

4020 STRUCTURAL SR. CADD TECHNICIAN 0

4021 STRUCTURAL CADD TECHNICIAL 0

4022 STRUCTURAL CLERICAL 0

4023 COST ESTIMATOR PRINCIPAL 12

4024 SENIOR ESTIMATOR 80

4025 JUNIOR ESTIMATOR 40

4026 COST ESTIMATOR ADMINISTRATIVE 20

NOT-TO-EXCEED TOTAL OF OPTION PERIOD 4LABOR

A-7

Page 8: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

GRAND TOTAL (WITH ALL OPTIONS $709,757.00EXERCISED)

A.6 STATEMENT OF WORK

1. PROJECT OBJECTIVE

The contractor shall provide Work Place Strategy Services to meet the U.S. Nuclear Regulatory Commission's(NRC) space utilization requirements that are based on the space utilization rate of 120 usable square feet (USF)per person and 200 SF per person with all space included.

11. BACKGROUND

Since 1994 the NRC headquarters has been located in two buildings in Rockville, Maryland - One White FlintNorth (OWFN) and Two White Flint North (TWFN). OWFN is a Government-owned building with 284,167rentable square feet (RSF). TWFN provides 347,922 RSF and is leased by the U.S. General ServicesAdministration (GSA) from White Flint North LLP for the NRC's use. The TWFN building was constructed in anintegrated manner with OWFN, including surface and sub-surface connectors.

In 2006, the agency projected significant growth in workload in response to industry's renewed interest in buildingnew commercial nuclear power plants to meet the Nation's future electric power generation needs. As a result ofthe increase in the size of the NRC's headquarters staff, NRC had GSA lease a total of 207,563 RSF of interimuse space at four additional buildings in the Rockville area. The agency received final approval in fiscal year2008 to pursue the construction of a building with 358,440 RSF to accommodate a projected growth in staff of1,300. Construction of the building, known as Three White Flint North (3WFN), is now complete. NRC beganuse of space in the building in December 2012 under a GSA lease with the building owner, LCOR, INC.

Since December 2010, the Federal Government has been moving toward reducing its space footprint andimproving agency space utilization rates. To that end, particularly given that it has not achieved all its projectedstaff growth, the NRC needs to develop and implement plans and strategies to reduce its space footprint andachieve a space utilization rate (UR) of 120 USF per person. At current staffing levels, the space utilization ratefor OWFN, TWFN, and 3WFN will be about 163 USF upon full occupancy of 3WFN. It is anticipated that thecampus size will be reduced to the equivalent of about two and one half of the existing buildings. NRC has vacatedthree of the four additional buildings and consolidation of the remaining building into the Campus is important tothe plan development.

III. SCOPE OF WORK FOR TASK I: INTERIM STACKING PLANS

The contractor shall provide up to three stacking plan options for the interim strategy to house NRC headquartersstaff within a reduced space footprint in the existing White Flint Campus. (See Attachmentl.) The contractor'sapproach shall maximize the use of vacant floors in the White Flint Campus to achieve the 120 USF utilization rateand minimize staff relocations. The consolidation of organization units, consistent with lease and budgetconstraints, will be a factor in the plan development.

The contractor shall provide design services to include space design, design intent drawings (DID's) that includeareas selected for demolition and construction, and construction cost estimating necessary to perform therelocation of NRC staff into the White Flint Campus. Contractor's designs shall maintain quality work space andmeet the interim needs of each NRC organization.

Design could vary from workstation reconfiguration to full space redesign. Existing space includes conference

rooms, open plan workstations, and enclosed offices. Contractor's designs for renovated space shall include

A-8

Page 9: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-1 3-C-10-0035 NRC-HQ-13-T-10-0001

designs for open workstations, enclosed offices, conference rooms, and coffee stations, for employees andcontractors. (See Attachment 2).

As part of this task, contractor shall develop a Program of Requirements (POR) that describes current and futurespace requirements for each NRC organization. Based on business process and workflow, each organization unitwill be evaluated against the project goals and assumptions for consolidation in the White Flint Campus.Contractor shall provide designs for a consolidated campus, which has been proven to provide a satisfactory workenvironment and organizational efficiencies conducive to the performance of agency's mission.

A. Design Intent Drawings and Project Management

* The contractor shall provide comprehensive support services for the design, reconfiguration, and relocation ofNRC staff.

* The scope of planned work includes: space programming, space design, refurbishment of changed areaswhich includes the replacement of carpet, wall finishes, ceiling tiles, systems furniture (Haworth and AlIsteel),enclosed offices, coffee station renovations as required, and removal of work stations from conference rooms.

" The contractor shall develop a Program of Requirements (POR) that describes current and future spacerequirements for each NRC organization.

* The contractor shall develop a project management plan and implementation strategies which identify allsignificant issues related to the project.

* The contractor shall develop the phasing approach and detailed schedules per NRC supplied format for movesand swing moves and construction activities. The NRC will be responsible for coordinating move instructionsand workstation assignments with staff.

* The contractor shall assist the Contracting Officers Representative (COR) in preparing a cost estimate for thisproject necessary to develop budget requirements for the materials, furnishings and equipment acquisition,delivery, and installation.

For this task, deliverables will include:

1) The contractor shall propose a project approach for this task order (TO) within 5 days after award to theCOR.

2) The contractor shall develop a POR.3) The contractor shall attend design meetings as directed by the COR.4) The contractor shall make corrections and modifications to meeting documents based upon comments

from meetings within 10 days after the meeting.5) The contractor shall establish project scope and set project schedules within 10 days after the initial kick-off

meeting.6) The contractor shall prepare proposed design schedule in Microsoft Project or compatible.7) The contractor will be required to update the schedule and submit to the NRC within 2 days after each

progress meeting.

B. Space Design and Work Space Development

" Current stacking plans and block plans for the NRC headquarters campus buildings are provided by theCOR. (See Attachmentl)

* Upon receipt of the current stacking plans, block plans, and space plans, and direction from the COR, thecontractor shall prepare proposed stacking plans and block plans to meet the immediate requirements.

A-9

Page 10: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

* The contractor shall prepare space plans showing open plan workstations and furniture configurations andconfigurations of enclosed offices and support space.

* The contractor shall formulate space plan solutions and a design process for producing a functional and finishworkspace.

* The contractor shall coordinate the final plans with the systems furniture installation plans with the NRC.

Assumptions:

a) The new Headquarters Operations Center (HOC) and Professional Development Center (PDC) will remainunchanged and reside in existing space.

b) Demolition of existing special space shall be performed to improve workstation density.

For this task, deliverables will include:

1 ) The contractor shall provide recommendations for space plan, design, and finishes for refurbished space.2) The contractor shall prepare and present space briefings and up to six (6) finish boards. Any additional sets will

be printed by the NRC.3) The contractor shall provide color coded alternative allocation plans evaluating future downsizing, expansion,

or revision requirements in electronic format.4) The contactor shall provide to scale drawings, which show the workstations, private offices, support areas,

special areas, and circulation patterns in outline form.5) Each phase of the project requires a set of deliverables for management and National Treasury Employees

Union (NTEU) review and approval. The NRC will provide two review sessions for comments and allcomments shall be incorporated or resolved before moving to the next phase. Deliverables may requiresummary documents or other related presentation materials.

6) Coordinated drawings for all floors/spaces/sheets that fully convey design intent with adequate detail toprepare preliminary cost estimates.

7) Final DID's shall be provided in both hard copy and electronic formats. All electronic versions of deliverablesshall be in AutoCAD (compatible with NRC), PDF, and other native source file formats if applicable. Printingunder this task is limited to permit sets and one additional set.

8) Conduct meetings to review drawings at both draft and final phases with designers and the NRC.

IV. SCOPE OF WORK FOR OPTIONAL TASK - TASK 2: LONG-TERM HOUSING STRATEGY

" The contractor shall provide Space Design and Work Space Development services.

" The scope of planned work includes: space programming, space design, refurbishment of changed areaswhich includes the replacement of carpet, wall finishes, ceiling tiles, systems furniture (Haworth and AlIsteel),enclosed offices, coffee station renovations as required, and removal of work stations from conference rooms.

* The contractor shall develop blocking and stacking diagrams that will depict the best arrangement oforganizations with the White Flint Campus.

• The contractor shall prepare up to three options or strategies for consideration by the NRC. The diagrams shallbe developed in both numeric and graphic illustration.

* The contractor shall prepare space plans showing open plan workstations and furniture configurations andconfigurations of enclosed offices and support space.

A-10

Page 11: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

* The contractor shall formulate space plan solutions and a design process for producing a functional andfinished workspace.

" The contractor shall coordinate the final plans with the systems furniture installation plans with the NRC.

Assumptions:

a) The new HOC and PDC will remain unchanged and reside in existing space.

b) Develop options to relocate special space such as hearings rooms and libraries.

c) Demolition of existing special space shall be performed to improve workstation density.

For this task, deliverables will include:

1) The contractor shall provide recommendations for space plan, design, and finishes for refurbished space.2) The contractor shall prepare and present space briefings and up to six (6) finish boards. Any additional sets will

be printed by the NRC.3) The contractor shall provide color coded alternative allocation plans evaluating future downsizing, expansion,

or revision requirements in electronic format.4) The contactor shall provide to scale drawings which show workstations, private offices, support areas, special

areas, and circulation patterns in outline form.5) Each phase of the project requires a set of deliverables for management and NTEU review and approval. The

NRC will provide two review sessions for comments and all comments shall be incorporated or resolved beforemoving to the next phase. Deliverables may require summary documents or other related presentationmaterials.

6) Coordinated drawings for all floors/spaces/sheets that fully convey design intent with adequate detail toprepare preliminary cost estimates.

7) Final DID's shall be provided in both hard copy and electronic formats. All electronic versions of deliverablesshall be in BIM (compatible with NRC), PDF, and other native source file formats if applicable. Printing underthis task is limited to permit sets and one additional set.

8) Conduct meetings to review drawings at both draft and final phases with designers and NRC.

V. SCOPE OF WORK FOR OPTIONAL TASK - TASK 3: CONSTRUCTION DOCUMENT SERVICES

A. Project Management

* The contractor shall provide construction document services.

" Upon approval of designs by the NRC, the contractor shall provide an estimated construction schedule forplanning purposes prior to the NRC acquisition of a construction contractor.

* The contractor shall review all submittals, requests for information, deliveries, and installations of equipmentand materials to ensure adherence to scope of work, installation standards, and accurate placement offurniture according to construction documents.

* The contractor shall validate finishes and materials submitted by the construction contractor within 2 days afterreceipt of the finishes and materials.

For this task, deliverables will include:

1) The contractor shall attend design meetings as required by the COR.

A-1I

Page 12: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

2) The contractor shall attend the Pre-Construction Conference.3) The contractor shall attend weekly or biweekly construction progress meetings.4) The contractor shall attend construction conformance site visits as directed by the COR.5) The contractor shall perform submittal reviews and prepare responses within 2 days after the receipt of each

submittal.6) The contractor shall conduct Architectural and Mechanical/Electrical/Plumbing (MEP) site visits as directed by

the COR.

The contractor shall prepare Construction Documents CD's based on the approved Housing Strategy.Printing under this task is limited to permit sets and one additional set.

The professional services required for this project may include, but will not necessarily be limited to thefollowing: conducting field surveys; graphical surveys; analysis of existing work space and planned workspace; preparing engineering studies; creating reports of recommended actions and/or design packages;review of contractor submittals; coordination of value engineering and LEED related services; preparation ofspace plans; and cost estimates for this project. This is a phased activity and the results of each phase willfurther define the following efforts.

The contractor shall prepare demolition plans for the existing space. The contractor shall assume for anyreconfigurations of space, the design will include modifications to existing systems such as electrical, heating,ventilation and air conditioning; plumbing; fire suppression; and IT, A/V, telecom, and security infrastructure,designs for carpeting, wall finishes, ceiling tiles, and systems furniture (including new and reused Haworth orAlIsteel systems furniture).

The work shall include any required demolition of the existing NRC HOC, e.g. HVAC distribution and electricalservice. All existing building items identified by the NRC are to be salvaged for future use, e.g. ceiling tile,electrical fixtures, switches and outlets, VAV boxes, etc. All salvaged items are to be sorted and boxed wherepractical and moved to NRC on-site storage. The NRC intends to re-utilize systems furniture workstations froman existing interim building consisting of approximately 400 workstations. Additional components will need tobe purchased to complete the 400 workstations. The contractor shall coordinate the new systems furnitureinstallation plans with the NRC.

The contractor's designs for the general office space shall accommodate the electrical and lightingrequirements which will be furnished to the contractor. The office space shall accommodate approximately2900 employees and 560 contractors (see Attachment 2) comprised of systems furniture components(Haworth and AlIsteel). Space will also include areas for coffee stations, conference rooms, a copier and LANprinters. Typically, the workstations are powered by a 60 amp service from a single electrical power source(Abase feed@) to the base of the systems furniture. Electrical power is then distributed within the base of theworkstation. Approximately 6-8 workstations are fed from a 60 amp service. The de-mountable partitions haveaccess channels to support individual wiring for enclosed offices.

Heatinq Ventilation and Air Conditioning

Each floor has an existing HVAC system that services this zone in building. The contractor shall evaluate theprojected heat loads in the room and modify the existing HVAC system as necessary to accommodate theneed. The new HVAC configuration must be connected to and controlled by the NRC EmergencyManagement System. Any new components must be compatible with the current equipment and systems.

Plumbing:

The contractor shall provide designs to replace plumbing and value fixtures where pantry and kitchen sinks arelocated.

Fire Suppression Design:

A-12

Page 13: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

The contractor shall review the floor plan to determine adequacy of existing fire standpipe. coverage. Thecontractor shall modify existing wet pipe sprinkler system to accommodate the new tenant partitions or otherconsiderations.

IT, AV, Telecom and Security Infrastructure:

The contractor shall work with its Audio-Visual Consultant to conduct the programming for this requirement.Detailed requirements for the audiovisual systems, lighting, and audio systems will be developed. Theseinclude AV projection systems and types, room sizes and configurations, room control requirements, andAV/data interface needs.

The contractor shall develop and document IT, AV, telecom, & security requirements of staff relocating to a

new location.

The contractor shall document existing IT, AV, telecom, & security that will be re-utilized in other locations.

The contractor shall develop plans for the demolition/reuse of the IT, AV, telecom, & security infrastructure thatwill be re-utilized in other locations.

B. Construction Documents

1) The contractor shall coordinate drawings for all floors/spaces/sheets, including all consultants such as MEP,AN, security, tel/data, food service, and others as needed that fully document construction requirements forbidding and construction.

2) Drawings shall be provided in both hard copy and electronic formats. All electronic versions of deliverablesshall be in BIM (compatible with NRC), PDF and other native source file formats if applicable. Printing underthis task order is limited to permit sets and one additional set.

3) Final CDs and shall be provided in CAD exports compatible with space management database (Archibus).4) The contractor shall conduct meetings to review drawings at both draft and final phases with designers and

NRC.

1. The contractor shall prepare Architectural design to include the following:

* The contractor shall review Computer Aided design (CAD) space plans provided by the COR.* The contractor shall review CAD space plans to assure plans comply with local and International Building Code

and applicable local code requirements.* The contractor shall revise space plan based upon scheduled reviews by the COR.* The contractor shall prepare architectural demolition documents consisting of demolition floor plans, demolition

reflected ceiling plan, and demolition device plans.* The contractor shall prepare architectural specifications and drawings for the area of work specified by the PO.* The contractor shall prepare drawings related to CD's such as space plans, partition plans, finish plans,

elevation plans, sections, reflected ceiling plans, and detailed drawings when specified.

For this task, deliverables will include:

One (1) Design Intent Drawings (DID) and 2 revisionsOne (1) Demolition SubmissionOne (1) 75% Construction Document (CD) SubmissionOne (1) 95% CD SubmissionOne (1) Final CD Submission

2. The contractor shall prepare mechanical design to include the following:

A-13

Page 14: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

The contractor shall replace the old HVAC equipment with new high-efficiency units. These replacements,combined with the addition of Variable Frequency Drives that allow the HVAC system to be "tuned" to matchthe current cooling load and an Energy Management System (EMS) that automatically monitors and canremotely adjust cooling to individual floors, will ensure the OWFN facility will operate in an efficient, reliablemanner for the future. The requirements are as follows:

" The contractor shall replace existingVAV boxes with new electronic digital control boxes. Boxes shall beeither cooling only or parallel fan powered VAV's with electric heat as needed. Boxes shall have variablespeed fan controls for each parallel box.

* The contractor shall provide redesigned locations for supply and return registers and air flow as neededbased on floor redesign.

• The contractor shall provide control scheme for floor air handlers to include new temperature sensors,variable frequency drives on fan motors and electronic damper actuators. This includes make up air forthe air handlers also.

* The contractor shall provide investigation/documenting problems with the existing base building systems.• The contractor shall perform load calculation in the areas of work only." Perform adjustments to the airflow quantity required to meet the load in the area of work.* The contractor shall relocate existing diffusers as required by new tenant partitions.* The contractor shall redistribute base building air quantities as available.

For this task, deliverables will include:

One (1) Design Intent Drawings (DID) and 2 revisionsOne (1) Demolition SubmissionOne (1) 75% Construction Document (CD) SubmissionOne (1) 95% CD SubmissionOne (1) Final CD Submission

3. The contractor shall prepare plumbing design to include the following:

* The contract shall replace plumbing and value fixtures where pantry and kitchen sinks are located.

For this task, deliverables will include:

One (1) Design Intent Drawings (DID) and 2 revisionsOne (1) Demolition SubmissionOne (1) 75% Construction Document (CD) SubmissionOne (1) 95% CD SubmissionOne (1) Final CD Submission

4. The contractor shall prepare electrical design to include the following:

* Reflected ceiling plans to meet IEEC requirements. This will include occupancy sensor layout.* Lighting design for non-standard or decorative systems other than specifically listed above.* Lighting layout.* Lighting calculations.* Indicating telephone/data receptacles for use by the tenant's communication vendor or architect.* Adapting existing fire alarm systems to accommodate the revised tenant partitions within the capabilities of

the existing system.

For this task, deliverables will include:

A-14

Page 15: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

One (1) Design Intent Drawings (DID) and 2 revisionsOne (1) Demolition SubmissionOne (1) 75% Construction Document (CD) SubmissionOne (1) 95% CD SubmissionOne (1) Final CD Submission

5. The contractor shall prepare fire suppression design to include the following:

* Review of the floor plan to determine adequacy of existing fire standpipe coverage.• Modify existing wet pipe sprinkler system to accommodate the new tenant partitions or other considerations.

For this task, deliverables will include:

One (1) Design Intent Drawings (DID)One (1) Demolition SubmissionOne (1) 75% Construction Document (CD) SubmissionOne (1) 95% CD SubmissionOne (1) Final CD Submission

VI. Work Schedule

All site visits and work shall be coordinated through the COR. After the award of the TO or the exercise of an optionaltask, the contractor shall submit a work schedule to the NRC COR, which provides a detailed sequence of the overallproject operations, including a proposed start-up date for the project and a projected completion date for all work. Inorder to allow for project coordination, this report shall be provided to the Government at least 5 working days prior tocommencing any work on this project and NRC approval obtained prior to starting work. Changes to the schedulemust be made accordingly.

VII. Standards of Conduct

The contractor shall be responsible for maintaining satisfactory standards of employee conduct and integrity during theperformance of this contract.

VIII. Accessibility and Recording Presence

The facility will be occupied during the normal working hours. The contractor shall be expected to coordinate its work

with the COR when accessing the premises and communicating with other contractors.

IX. Quality Control Management at the Work Site

It shall be the responsibility of the A&E contractor to inspect the site, determine the quantity of work involved, andcompare the specifications with the work to be done. The contractor shall verify all information shown on thedrawings (if applicable).

When directed by the COR, the A&E contractor may be required to inspect the quality of work to assure that the scopeof services requested in the contract is being accomplished in the manner as described in the SOW of thecontractor/individual TO.

X. Contractor Supervision

A-15

Page 16: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-1134-110-0001

The contractor shall arrange for satisfactory supervision of the work described in this contract. The contractor orsupervisor shall be available at all times when the contract work is in progress to receive notices, reports, or requestsfrom the Contracting Officer or his or her representatives. It is the policy of the NRC not to directly or indirectlyexercise direction or supervision of the contractor's employees and/or subcontractors.

XI. Workmanship

All work under this contract shall be performed in a skillful and professional manner and shall be in compliance with alllaws, ordinances, and regulations (Federal, State, County, City, or otherwise). The Contracting Officer may require,in writing, that the contractor remove from the project any employee the Contracting Officer deems incompetent,careless, or otherwise objectionable.

XII. Parking

Limited parking on site may be available for contractors between the hours of 6:00 p.m. and 2:00 a.m., Mondaythrough Friday, and 7:00 a.m. through 7:00 p.m. on weekends.

A.7 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (AUG 2011)

This order shall commence on the effective date of this award and will expire on April 7, 2014 unless extended bythe exercise of any option period defined below.

Task 1:Base Period: Date of Award - April 7, 2014Option Period 1: April 8, 2014 - September 30, 2014

Optional Task 2:Option Period 2: October 1, 2014 - April 7, 2015Option Period 3: April 8, 2015 - September 30, 2015

Optional Task 3:Option Period 4: October 1, 2015 - April 7, 2016

A.8 CONTRACTING OFFICER REPRESENTATIVE AUTHORITY ALTERNATE 2 (FEBRUARY 2004)

(a) The contracting officer's authorized representative hereinafter referred to as the contracting officer's

representative (COR) for this contract is:

Name: William Harris

Address: U.S. Nuclear Regulatory CommissionMail Stop: 3WFN 6 A12Washington, DC 20555William.Harris(onrc.qov

Telephone Number: 301-287-3424

A-16

Page 17: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

(b) The project officer shall:

(1) Monitor contractor performance and recommend changes in requirements to the contracting officer.

(2) Inspect and accept products/services provided under the contract.

(3) Review all contractor invoices/vouchers requesting payment for products/services provided under the contractand make recommendations for approval, disapproval, or suspension.

(4) Immediately notify the Security Branch, Division of Facilities and Security (SB/DFS) (via e-mail) when acontractor employee no longer requires access authorization and return of any NRC issued badge to SB/DFS withinthree days after their termination.

(c) The project officer may not make changes to the express terms and conditions of this contract.

*To be incorporated into any resultant contract

A.9 2052.215-70 KEY PERSONNEL (JAN 1993)

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

Name TitleCharles Silverman Principal ArchitectLisa Layman Project ManagerChristine Ros ArchitectMac Eggleston Interior Designer

The contractor agrees that personnel may not be removed from the contract work or replaced without compliancewith paragraphs (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 thecontracting officer and shall, subject to the con-currence 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 theconvenience of the Government, as appropriate. If the contracting officer finds the contractor at fault for thecondition, the contract price or fixed fee may be equitably adjusted downward to compensate the Government for anyresultant delay, loss, or damage.

A-17

Page 18: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

A.10 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS (AUG 2011)

Annual and final evaluations of contractor performance under this contract will be prepared in accordance with FARSubpart 42.15, "Contractor Performance Information," normally at or near the time the contractor is notified of theNRC's intent to exercise the contract option. If the multi-year contract does not have option years, then an annualevaluation will be prepared (state time for annual evaluation). Final evaluations of contractor performance will beprepared at the expiration of the contract during the contract closeout process.

The Contracting Officer will transmit the NRC Contracting Officer's Representative's (COR) annual and finalcontractor performance evaluations to the contractor's Project Manager, unless otherwise instructed by the contractor.The contractor will be permitted thirty days to review the document and submit comments, rebutting statements, oradditional information.

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

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

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

A.11 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 inthe contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by theSecretary of Labor. The option provision may be exercised more than once, but the total extension of performancehereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to theContractor within 15 days.

A.12 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 30 days;provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 daysbefore the contract expires. The preliminary notice does not commit the Government to an extension.

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

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3years.

A-18

Page 19: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

A.13 52.232-19 AVAILABILITY OF FUNDS FOR NEXT FISCAL YEAR (APR 1984)

Funds are not presently available for performance under this contract beyond $200,000.00. The Government'sobligation for performance of this contract beyond that date is contingent upon the availability of appropriated fundsfrom which payment for contract purposes can be made. No legal liability on the part of the Government for anypayment may arise for performance under this contract beyond $200,000.00, until funds are made available to theContracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing bythe Contracting Officer.

A.14 PACKAGING AND MARKING (AUG 2011)

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

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

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

A.15 BRANDING (AUG 2012)

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

Work Supported by the U.S. Nuclear Regulatory Commission (NRC), Office of Administration, under Contract/ordernumber NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001.

A.16 ELECTRONIC PAYMENT (JUN 2013)

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

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

NRC PaymentsU.S. Nuclear Regulatory Commission

A-19

Page 20: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

One White Flint NorthMailstop O3-E17A11555 Rockville PikeRockville, MD 20852-2738

A.17 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS (AUG 2011)

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

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

A.18 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOREMPLOYEES (AUG 2011)

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

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

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

A.19 GREEN PURCHASING (JUN 2011)

(a) In furtherance of the sustainable acquisition goals of Executive Order 13514, "Federal Leadership inEnvironmental, Energy, and Economic Performance" products and services provided under this contract/order shall beenergy- efficient (Energy Star or Federal Energy Management Program (FEMP) designated), water-efficient,biobased, environmentally preferable (e.g., Electronic Product Environmental Assessment Tool (EPEAT) certified),

A-20

Page 21: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

non-ozone depleting, contain recycled content, or are non-toxic or less toxic alternatives, where such products andservices meet agency performance requirements. http://www.fedcenter.gov/programs/eo13514/

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

A.20 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENT/REMITTANCEADDRESS (AUG 2011)

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

A.21 BILLING INSTRUCTIONS FOR LABOR-HOUR AND TIME-AND-MATERIALS TYPECONTRACTS (MAY 2013)

General: During performance and through final payment of this contract, the contractor is responsible for theaccuracy and completeness of data within the System for Award Management (SAM) database and for any liabilityresulting from the Government's reliance on inaccurate or incomplete SAM data.

The contractor shall prepare invoices/vouchers for reimbursement of costs in the manner and format described herein.FAILURE TO SUBMIT INVOICESNOUCHERS IN ACCORDANCE WITH THESE INSTRUCTIONS WILL RESULT INREJECTION OF THE INVOICENOUCHER AS IMPROPER.

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

Electronic InvoiceNoucher Submissions: The preferred method of submitting vouchers/invoices is electronicallyto the U.S. Nuclear Regulatory Commission, via email to: NRCPayments(Onrc.pov.

Hard-Copy InvoiceNoucher Submissions: If you submit a hard-copy of the invoice/voucher, a signed original andsupporting documentation shall be submitted to the following address:

NRC PaymentsU.S. Nuclear Regulatory CommissionOne White Flint North11555 Rockville PikeMailstop 03-E17ARockville, MD 20852-2738

Purchase of Capital Property: ($50,000 or more with life of one year or longer)

Contractors must report to the Contracting Officer, electronically, any capital property acquired with contract fundshaving an initial cost of $50,000 or more, in accordance with procedures set forth in NRC Management Directive (MD)13.1, IV, C - "Reporting Requirements" (revised 2/16/2011).

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

A-21

Page 22: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 .NRC-HQ-13-T-10-0001

Frequency: The contractor shall submit claims for reimbursement once each month, unless otherwise authorized bythe Contracting Officer.

Format: Invoices/Vouchers shall be submitted in the format depicted on the attached sample form entitled"lnvoicefVoucher for Purchases and Services Other Than Personal". Alternate formats are permissible only if theyaddress all requirements of the Billing Instructions. The instructions for preparation and itemization of theinvoice/voucher are included with the sample form.

Task Order Contracts: The contractor must submit a separate invoice/voucher for each individual task order withdetailed cost information. This includes all applicable cost elements and other items discussed in paragraphs (a)through (q) of the attached instructions. In addition, the invoice/voucher must specify the contract number, and theNRC-assigned task/delivery order number.

Billing of Costs after Expiration of Contract: If costs are incurred during the contract period and claimed after thecontract has expired, you must cite the period during which these costs were incurred. To be considered a properexpiration invoice/voucher, the contractor shall clearly mark it "EXPIRATION INVOICE" or "EXPIRATION VOUCHER".

Final invoices/vouchers shall be marked "FINAL INVOICE" or "FINAL VOUCHER".

Currency: Invoices/Vouchers must be expressed in U.S. Dollars.

Suoersession: These instructions supersede previous Billing Instructions for Time-and-Materials/Labor-Hour TypeContracts (July 2011).

INVOICENOUCHER FOR PURCHASES AND SERVICES OTHER THAN PERSONAL(SAMPLE FORMAT - COVER SHEET)

1. Official Agency Billing Office

NRC PaymentsU.S. Nuclear Regulatory CommissionOne White Flint North11555 Rockville PikeMailstop 03-E17ARockville, MD 20852-2738

2. InvoiceNoucher Information

a. Payee's DUNS Number or DUNS+4. The Payee shall include the Payee's Data Universal Number (DUNS) orDUNS+4 number that identifies the Payee's name and address. The DUNS+4 number is the DUNS number plus a4-character suffix that may be assigned at the discretion of the Payee to identify alternative Electronic Funds Transfer(EFT) accounts for the same parent concern.

b. Payee's Name and Address. Show the name of the Payee as it appears in the contract and its correct address.If the Payee assigns the proceeds of this contract as provided for in the assignment of claims terms of this contract,the Payee shall require as a condition of any such assignment, that the assignee shall register separately in theSystem for Award Management (SAM) database at http://sam.gov and shall be paid by EFT in accordance with the

A-22

Page 23: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-1 3-C-1 0-0035 NRC-HQ-13-T-10-0001

terms of this contract. See Federal Acquisition Regulation (FAR) 52.232-33(g) Payment by Electronic FundsTransfer - Central Contractor Registration (October 2003)..

c. Taxpayer Identification Number. The Payee shall include the Payee's taxpayer identification number (TIN) usedby the Internal Revenue Service (IRS) in the administration of tax laws. (See IRS Web site:http://www.irs.gov/Businesses/Small-Businesses-&-Self-Employed/Emplover-ID-Numbers-(EINs)).

d. Contract Number. Insert the NRC contract number (including Enterprise-wide Contract (EWC)), GSA FederalSupply Schedule (FSS), Governmentwide Agency Contract (GWAC) number, or Multiple Agency Contract (MAC)number, as applicable.

e. Task Order Number. Insert the task/delivery order number (If Applicable). Do not include more than one taskorder per invoice or the invoice may be rejected as improper.

f. InvoiceNoucher. The appropriate sequential number of the invoice/voucher, beginning with 001 should bedesignated. Contractors may also include an individual internal accounting number, if desired, in addition to the3-digit sequential number.

g. Date of InvoiceNoucher. Insert the date the invoice/voucher is prepared.

h. Billing period. Insert the beginning and ending dates (day, month, year) of the period during which costs wereincurred and for which reimbursement is requested.

i. Labor Hours Expended. Provide a general summary description of the services performed and associated laborhours utilized during the invoice period. Specify the Contract Line Item Number (CLIN) or SubCLIN, as applicable,and information pertaining to the contract's labor categories/positions, and corresponding authorized hours.

j. Property. For contractor acquired property, list each item with an initial acquisition cost of $50,000 or more andprovide: (1) an item description, (2) manufacturer, (3) model number,(4) serial number, (5) acquisition cost, (6) date of purchase, and (7) a copy of the purchasing document.

k. Shipping. Insert weight and zone of shipment, if shipped by parcel post.

I. Charges for freight or express shipments. Attach prepaid bill if shipped by freight or express.

m. Instructions. Include instructions to consignee to notify the Contracting Officer of receipt of shipment.

n. For Indefinite Delivery contracts, the final invoice/voucher shall be marked "FINAL INVOICE" or "FINALVOUCHER".

o. Direct Costs. Insert the amount billed for the following cost elements, adjustments, suspensions, and totalamounts, for both the current billing period and for the cumulative period (from contract inception to end date of thisbilling period).

(1) Direct (Burdened) Labor. This consists of salaries and wages paid (or accrued) for direct performanceof the contract itemized, including a burden (or load) for indirect costs (i.e., fringe, overhead, General andAdministrative, as applicable), and profit component, as follows:

Labor Hours Burdened CumulativeCategory Billed Hourly Rate Total Hours Billed

(2) Contractor-acquired property ($50,000 or more). List each item costing $50,000 or more and having a

life expectancy of more than one year. List only those items of equipment for which reimbursement is

A-23

Page 24: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

requested. For each such item, list the following (as applicable): (a) an item description, (b) manufacturer, (c)model number, (d) serial number, (e) acquisition cost, (f) date of purchase, and (g) a copy of the purchasingdocument.

(3) Contractor-acquired property (under $50,000), Materials, and Supplies. These are equipment otherthan that described in (2) above, plus consumable materials and supplies. List by category. List itemsvalued at $1,000 or more separately. Provide the item number for each piece of equipment valued at $1,000or more.

(4) Materials Handling Fee. Indirect costs allocated to direct materials in accordance the contractor'susual accounting procedures.

(5) Consultant Fee. The supporting information must include the name, hourly or daily rate of the

consultant, and reference the NRC approval (if not specifically approved in the original contract).

(6) Travel. Total costs associated with each trip must be shown in the following format:

Start Date Destination CostsFrom To From To $

(Must include separate detailed costs for airfare, per diem, and other transportation expenses. All costs mustbe adequately supported by copies of receipts or other documentation.)

(7) Subcontracts. Include separate detailed breakdown of all costs paid to approved subcontractorsduring the billing period.

p. Total Amount Billed. Insert columns for total amounts for the current and cumulative periods.

q. Adjustments. Insert columns for any adjustments, including outstanding suspensions for unsupported or

unauthorized hours or costs, for the current and cumulative periods.

r. Grand Totals.

3. Sample Invoice/Voucher Information

Sample InvoiceNoucher Information (Supportinq Documentation must be attached)

This invoice/voucher represents reimbursable costs for the billing period from through

Amount BilledCurrent Period Cumulative

Costs

(1) Direct burdened labor $ $(2) Government property ($50,000 or more) $ $(3) Government property, Materials, and

Supplies (under $50,000 per item) $ $(4) Materials Handling Fee $ $(5) Consultants Fee $ - $(6) Travel $ - $(7) Subcontracts $ $

(a) Direct

A-24

Page 25: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

Total Direct Costs: $_ $

(b) Total Amount Billed $ $.

(c) Adjustments (+/-) $_ $

(d) Grand Total $ $

(The invoice/voucher format provided above must include information similar to that included below in the following toensure accuracy and completeness.)

SAMPLE SUPPORTING INFORMATION

The budget information provided below is for format purposes only and is illustrative.

Cost Elements:

1) Direct Burdened Labor - $4,800Labor

Hours Burdened CumulativeCategory Billed Rate Total Hours BilledSenior Engineer I 100 $28.00 $2,800 975Engineer 50 $20.00 $1,000 465Computer Analyst 100 $10.00 $1,000 320

$4,800 1,760 hrs.

Burdened labor rates must come directly from the contract.

2) Government-furnished and contractor-acquired Property ($50,000 or more) - $60,000

Prototype Spectrometer - item number 1000-01 = $60,000

3) Government-furnished and contractor-acquired property (under $50,000), Materials, andSupplies - $2,000

10 Radon tubes @ $110.00 = $1,1006 Pairs Electrostatic gloves @ $150.00 = $ 900

$2,0004) Materials Handling Fee - $40

(2% of $2,000 in item #3)

5) Consultants' Fee - $100

Dr. Carney - 1 hour fully-burdened @ $100 = $100

6) Travel - $2,640

(i) Airfare: (2 Roundtrip trips for 1 person @ $300 per r/t ticket)

Start Date End Date Days From To Cost4/1/2011 4/7/2011 7 Philadelphia, PA Wash, D.C. $3007/1/2011 7/8/2011 8 Philadelphia, PA Wash, D.C. $300

A-25

Page 26: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

NRC-HQ-13-C-10-0035 NRC-HQ-13-T-10-0001

(ii) Per Diem: $136/day x 15 days = $2,040

7) Subcontracting - $30,000

Company ACompany B

= $10,000= $20,000

$30,000

(EX: Subcontracts for Companies A & B were consented to by the Contracting Officer by letter dated6/15/2011.)

Total Amount BilledAdjustments (+/-)Grand Total

$99,580- 0$99,580

4. Definitions

Material handling costs. When included as part of material costs, material handling costs shall include only costsclearly excluded from the labor-hour rate. Material handling costs may include all appropriate indirect costs allocatedto direct materials in accordance with the contractor's usual accounting procedures.

A-26

Page 27: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

SU.S.NRCrooiPeo-pe a,,dk d E.oro,,..

Compression ScenarioFully Occupy OWFN, TWFN; Release 8 Floors in 3WFN to achieve target UR

OWFNSeats Occupied by Office

DRAFT

FL 18

FL 17

FL 16

FL 15

FL 14

FL 13

FL 12

FL 21

FL 10

FL9

FL8

FL 7

FLI

FL 5

FL4

FL3

FL 2

Interim: Move ADM (TWB) to 3WFN 5, 6 prior to relocation

3WFNSeats Occupied by Office

FL 14

FL 13TWFN

I,., FL 10

FL9

FL8

FL 7

FLI

FL 5

FL4

FL3

FL-2

FL 12

FL 11

FL 10

FL9

FL 8

FL7

FL 6

FL 5

FL4

FL3

FL2

1OB. 96ois, 96 m

0% 20% 40% 60% 80% 100%

Legend

NAM5 •IA0 EASFOP CEN . CFO 3(O 3E0FSE - NMSS M0 NR0 NRRMR * N 0R 0 30(.

M0(0(o0 0CM 30a9 0GCC 0, 30 O0$

IO9A -B9 SC I3SE,, 040 SWING VACANT

0% 20% 40%ji f

80% 100%

CONCEPTUAL STACKING PLANS ONLY - FINAL STACKING PLAN TO BE DEVELOPED BASED ON UPDATED SEAT/STAFF COUNTSAssumptions;Conceptual exercise based on seats only, Spedal/support space not represented or accounted forUses all available vacant seats regardless of quality/size; Vacancies shown based on "BLDG Space MatrixCurrent By Office_03212013.xlsa"Seat counts, figures and stacking subject to change based on field verification, availability, space suitability, existing layout/condttions, renovation assumptions, etc.

Enclosure I 6/25/2013

Page 28: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

1-U.S.NRCA~ftmng fkpoh adohoýeo,-,oou DRAFT

Compression ScenarioFully Occupy OWFN, TWFN; Release 8 Floors in 3WFN to achieve target UR

OWFNSeats Occupied by Office

FL 18

FL 17

FL 16

FL 15

FL 14

FL 13

FL 12

FL 11

FL 10

FL9

FL8

FL6

FL 5

FL4

FL3

FL2

VAI

Step-tom7.13-MO

FWo

Step-MoDC)(000u

Scenario 2: ADM (TWB] moves to OWFN and TWFN, NMSS moves )from 3WFN to TWFN 6 after workstation reconfiguration

...... . I -NSIPOI mOve to 3WFN

PFN COMPRESSION: i -NRR Consoidates on OWFN 8-13

CATE FLOOR 7 . AOM (TWS] moVes to OWFN 7, TWFN 3 (Inloding TeWFN 9)* N6t consotidates on TWFN 7-10- WorkStotont reoffWutton of HFOo 4, .5, 6 l'ndudes Ops Center de""o)Io- MISS mooes frone 3WFN to TWFN 6 (needeppooemotoly 2-30oddit-ISotM• ets)

I to Floors 8-13 | RES moVeso from CSBto TWFN4,S (ionudesdeomoofOpsCenter)oV Ft.o, 7OCAA (6) to

P2:8 ToOWNFNr7 -

0ADM (81- FO, PMDA

FL 10

vt061.

FL8 V-o*. S FFL 7vc r,

• u•• •,o~t MS••)jFL 6V

,tFLS OIS,38

3WFNSeats Occupied by Office

TWFN COMPRESSION:VACATE FLOORS 3

ex0ept ASUP), 4, 5, 6

Step 1:-Move ADM (79 -ADSC.DAS, DVI) from ., -dTWFN 9 to Floor 3 )0000p

Step 2:-0o0e F0o00 9 50ME 111) o ,

-C•oop.s 0N0 tfo- F0o06,7, 9.10 to Ffoor. 7-10SRoofq- Fooo 6 foNMSS (need ppoWnately25-30 oddft.ol -eatstRecmowge Ftoot 4, 5 fo,90ES oIokhdi. deno of OX

Step 3:-MCoe 30N RMss (190) toTWFN 6-M e tCS (IRES) to Ft- 4,

FL 14

FL 13

FL 12

FLiO

FL 10

FL9

FLS

FL7

FL 6

FLS

FL4FL 3

FL2

0%

Raixoata NMSS, SI

ReocixoteNMSS. 95

VACAN.T1

I

VACANT. | m

0*0I0 1.59

DisS, 9

0% 20% 40% 20%( 40% 20% 40% 60% 80% 100%

Legend

t ACRS VADM 6ASLOP CEN *CFO CSO E0o0

I0FSME 0NMSS N.00 ,NRR INSIR wOCA VOCAA

In OCOCO I0OCM rOE nOGC tot o01P OS

*COPA '0RES R I OCO tStCY -OIG SWING VACANT

CONCEPTUAL STACKING PLANS ONLY - FINAL STACKING PLAN TO BE DEVELOPED BASED ON UPDATED SEAT/STAFF COUNTSAssumptions:Conceptual exercise based on seats only; Special/support space not represented or accounted forUses all available vacant seats regardless of quality/size; Vacancies shown based on "BLDG Space Matrix Curfent By Office 03212013.xlsx"Seat counts, figures and stacking subject to change based on field verification, availability, space suitability, existing layout/conditions, renovation assumptions, etc.

6125/2013

Page 29: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

,- U.S.NRC 6/25/2013

"Contrantor" count based on "13 Occupancy/Contractor Reorno- Mot Quarter Ending Mar 01. 2013 & New Empfoyees for Monday 03rO4/13"

"Projected Seat Demand" clculatres (2lcontnrtors ipe (1) wodrotaton w"Ih •ooptlon of admin atsisfant Ireuiones (1| ontractuor pen (il ord•natilnl

Admin osset count estfnated at 10% of connrscrn count

3WFN - nounts does not antlede stport/speca straces sesmt eosefin (11l In SU Space on B1

3WFN - oounts reffern a. (2) nontrachor norkstations counted as (1) staff wokitainn for piansisq prorpome

OWN, TWFN - Enclosed Office SF/cmantsiet not oerdfied against NRC space standards/management roles

OWFN, TWiFN - 'W5 80 0F" includes wokstationo means ina74 SF.

White Flint Complex: Overview #1 feowsideaoor--ko•nosnt u t•f0 ,0sr7"

Summary of Delta

055 urnEis-NRC Ff5E howed in wotiofin greater than 90 SF

Contnestor m bosed r -orbitations nreafen than 90 SF (ratio of 2 pollen t no (essept 10% for Auk); apnoe. 40 SF par nonontraori

Eaciudes workstationt less than 80 F from seat supply

White Flint Complex: Overview #2 irreteo orrorcono O tho, d SFc"Summary of Delta

Asamepnins:NRC FTE homed in wobtationr greainer than 64 SF

Contractors homsed in woriotations greater than 64 SF (ratio of 2 ppi per n I meicept 10% for AA); ApoM- 32 SF per cont0macor)

Escludes worbstaoens boss thae 64 SF from seat sUipOy

IWFNTWfN1, 3WN (Ut-9N OWPN, OWNFI, 3WIN (814)1

Enclosure 2

Page 30: 1E~dpt TE ADMOO · 0012 mep technical designer 10 0013 bim specialist 0 0014 mep drafter 0 0015 mep clerical 0 0016 mep construction manager 0 0017 structural principal 0 0018 structural

<:t U.S.NRC

White Flint Complex: Overview #3 tinuse o le,, W iSJ sF., cr on¢

Summary of DeltaAssuontloas:

NRC FTE housed in wdariertIns greaen than 80 SF

Conrnactor heoead in annofetions less than 80SFf person pniM I an)

6/25/2013

*or ectnratirecoape~inw purposes. seen supplr/dnrnand distribued pnopocnonerei ael ss corplee based on thai aesiale span; actual dfltsibonion of seat suain deaand subjet to spaeif Office requirement, field verification and space suiability analysis

White Flint Complex: Overview #4 linsuc - t-ncan u cmnrrnaoc rip•Summary of DeltaAssutnpti-ocNRC FTE hosed hrcin Irnsaflore greacea Man 64 SF

Contrector hoed In earkstaslec less than 64 SF (I peIsnn par 1.43

,eeartn "Scennrec af Acewible Seat Couct te f inal h lafaoamin•fn " aor nstt aetpaeceinw prurposar, seaasupfcply/drard isctritnaed popoucnately encse €orplee hasad OnM % od aciaia seet o a hrlc•trctioW of sear suppiy descred sa -t to spark Offi" rnehocennent. field elnfictin cad spani suhab!,ft anayfsi

Enclosure 2 2