38
ORDER FOR SUPPUiES OR SERVICESPAEO IMPORTANT: Mal all anmpag d papem with clct widlar aidat mnfm. 35 QcorTNO ._ý_0006. SHIPTO: 1. DATE OF ORDER IZCNTRACH_0{ 09/18/2014 5a NAME OF CONSIGNEE NRC-HQ-55-14-T-0022 FSME-14-0113 US NUCLEAR REGULATORY COMMISSION- 5. ISSUING OFFICE (Adndmsmxulpaio•Wm f b. STREETADORESS US NRC - HQ MAIL PROCESSING CENTER ACQUISITION MANAGEMENT DIVISION 4930 BOILING BROOK PARKWAY MAIL STOP 3WFN-05-C64MP ATTN SHARLENE MCCUBBIN 301-287-0874 WASHINGTON DC 20555-0001 - CIT d.STATE ZIPCOOE ROCKVILLE MD 0852 7 TO: f. SalP VIA & NAME OF CONTRACTOR S W R 1 8.TYPE OF OROER b. COMPANY NAME a. PURCHASE tL , oEwVER c STREET ADDRESS REFERENCE YOUR 6220 CULEBRA RD ExC. forM bUM abIo an 9m ______________________________ uVul Udahimy cow~ IS m*And Ia Imnus inulred mi ti ikis 1Y01 inn ind• bausd Plain twuuid tieiceu .• uuinna SimIe O 311 •,nJ indhmc, IOM mwnddbm IxAdid an acn i d f " aOd4NVATMd 0 1RME . CITY ,. STATE I ZP CO0E um .*ao mnd an um ati' e . dd sa• L my, SAN ANTONIO TX 782385166 In•,mdam 9, ACCOUNTNG AND APPROPRIATION DATA iE RECOHAIONNG OMCE See Schedule OFFICE OF FEDERAL STATE MATERIALS 11 BUMSJNESS CLASSIFICATION tChwAspxdabbw~eqes 12-F.O&K PONT L)a.- SMALL b. OTHER THAN SMALL EJ r. _ M*.VNTGDOVE a HWBZnna CI. ER•CE-OI SABLED -. WMOMEN1NED SMALL BUSI NSaS (iNOSS) h EDWOS1 VETERAN-OVYE -" ELIGIBLEUNDERTHE WOSB PROGRAM 13, P.ACE OF 14.GOVERNMENTE& NO. 15. DELI VER TO F.O.S. POINT I1. DISCOUNTIERMS a, I N$ECTI ON b. ACCEPT'ANCE ON OR BEFORE (Dar) Destination Destination .30 QUANTITY UIlT GUANTITY OTEMNO. SUPPUESOR SERVICES ORDERED IT PRICE AMOUNT ACCEPTEO NRC-HQ-50-14-E-0001 Task Order NRC-KQ-55-14-T-0022 The Contractor shall provide services in accordance with the Statement of Work entitled. "Technical Assistance for the Continued 18. SHIPPING POINT TE GROSHICPIN•M GIT 20. INVOtCE NO. -(_) TOTAL (CON 21 Mll. INVOICE 11• aNAME 20.00 4 US NUCLEAR REGULATORY COMMISSION WITUNwS a. STREETADDRESS ONE WHITE FLINT NORTH ONPEUNE I•P.O.S) 11555 ROCKVILLE PIKE 171) GRANO MAILSTOP 03-El7A TOTAL 4 aL ,. Uuu $696, 800.00 4 ROCKVILLE MD 20852-2739 22. UNITED STATES OF 23. NAME (TYPOM PREVIOUSEDICiN NTURAILE A.yW SWAft48 Wi 121M1 REVIEW -OMPL SEP 0

REVIEW -OMPL SEP

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

ORDER FOR SUPPUiES OR SERVICESPAEOIMPORTANT: Mal all anmpag d papem with clct widlar aidat mnfm. 35

QcorTNO ._ý_0006. SHIPTO:1. DATE OF ORDER IZCNTRACH_0{

09/18/2014 5a NAME OF CONSIGNEE

NRC-HQ-55-14-T-0022 FSME-14-0113 US NUCLEAR REGULATORY COMMISSION-

5. ISSUING OFFICE (Adndmsmxulpaio•Wm f b. STREETADORESSUS NRC - HQ MAIL PROCESSING CENTERACQUISITION MANAGEMENT DIVISION 4930 BOILING BROOK PARKWAYMAIL STOP 3WFN-05-C64MPATTN SHARLENE MCCUBBIN 301-287-0874WASHINGTON DC 20555-0001 - CIT d.STATE ZIPCOOE

ROCKVILLE MD 08527 TO: f. SalP VIA

& NAME OF CONTRACTORS W R 1 8.TYPE OF OROER

b. COMPANY NAME a. PURCHASE tL , oEwVERc STREET ADDRESS REFERENCE YOUR6220 CULEBRA RD ExC. forM bUM abIo an 9m

______________________________ uVul Udahimy cow~ IS m*AndIa Imnus inulred mi ti ikis1Y01 inn ind• bausd

Plain twuuid tieiceu .• uuinna SimIe O 311 •,nJ indhmc,IOM mwnddbm IxAdid an acn i d f " aOd4NVATMd 0 1RME

. CITY ,. STATE I ZP CO0E um .*ao mnd an um ati' e . dd sa• L my,SAN ANTONIO TX 782385166 In•,mdam

9, ACCOUNTNG AND APPROPRIATION DATA iE RECOHAIONNG OMCESee Schedule OFFICE OF FEDERAL STATE MATERIALS11 BUMSJNESS CLASSIFICATION tChwAspxdabbw~eqes 12-F.O&K PONT

L)a.- SMALL b. OTHER THAN SMALL EJ r. _ M*.VNTGDOVE a HWBZnna

CI. ER•CE-OI SABLED -. WMOMEN1NED SMALL BUSI NSaS (iNOSS) h EDWOS1VETERAN-OVYE -" ELIGIBLEUNDERTHE WOSB PROGRAM

13, P.ACE OF 14.GOVERNMENTE& NO. 15. DELI VER TO F.O.S. POINT I1. DISCOUNTIERMSa, I N$ECTI ON b. ACCEPT'ANCE ON OR BEFORE (Dar)

Destination Destination .30

QUANTITY UIlT GUANTITYOTEMNO. SUPPUESOR SERVICES ORDERED IT PRICE AMOUNT ACCEPTEO

NRC-HQ-50-14-E-0001 Task OrderNRC-KQ-55-14-T-0022

The Contractor shall provide services inaccordance with the Statement of Workentitled. "Technical Assistance for theContinued

18. SHIPPING POINT TE GROSHICPIN•M GIT 20. INVOtCE NO. -(_)TOTAL(CON

21 Mll. INVOICE 11•

aNAME 20.00 4US NUCLEAR REGULATORY COMMISSION

WITUNwS a. STREETADDRESS ONE WHITE FLINT NORTHONPEUNE I•P.O.S) 11555 ROCKVILLE PIKE 171)

GRANOMAILSTOP 03-El7A TOTAL

4 aL ,. Uuu $696, 800.00 4ROCKVILLE MD 20852-2739

22. UNITED STATES OF 23. NAME (TYPOM

PREVIOUSEDICiN NTURAILE A.yW SWAft48 Wi 121M1

REVIEW -OMPL SEP 0

I

ORDER FOR SUPPUES OR SERVICES E NOSCHEDULE - CONTINUATION 2

IMPORTANT: mak • am pecads awr popm wim •w• ei ar,. ardar rnerw

OATE OF OMOER JCONTRACT NO. ORDER NO

09/18/2014 INRC-HQ-50-14-E-0001 NRC-iQ-55-14-T-0022

ITEM NO. aJPPLUESSERVICES UUANTITYNT U MOUNT OUANTITYORIEREO PRICE ACCEPTED

(ra) j ((b)) (C) ____ (Cj(()

Development of an Environmental Assessmentfor the Jane Dough Project"

Period of Performance: 09/22/2014 to12/330/2016

NRC Contracting Officer's Representative:Ashley Waldron 301-415-6005

Task Order terms and conditions continueson page 3 through 35.&08195.Accounting Info:2014-X0200-FEEBASED-55-55D003-35-4-195-1061-252APeriod of Performance: 09/22/2014 to12/30/2016

TOTAL CAMIE.O FORVARD TO 1ST PAGE (ITEM 17(H) $0.00

PREVUS EmIUNOT UZW UPTIOMA IOW 300w 4M=,

ORDER FOR SUPPLIES OR SERVICESSCHEDULE - CONTINUATION

PAGE NO

2

IMPORTANT: Mwk all PACIcage. and papmr with cw =B andkwordecir mnmbers

OATE OF ORDER 1CONTRACT NO. ORDER NO

09/18/2014 INRC-HQ-50-14-E-0001 _NRC-HQ-55-14-T-0022

ITEM NO. SUPPLIESISERVICES QUANTrTY UNT UNT AMOUNT QUANTITYORDERED PRICE ACCEPTED

(a) (b) (C) (d) ()) (I)

Development of an Environmental Assessmentfor the Jane Dough Project"

Period of Performance: 09/22/2014 to12/330/2016

NRC Contracting Officer's Representative:Ashley Waldron 301-415-6005

Task Order terms and conditions continueson page 3 through 35. Accounting Info:2014-X0200-FEEBASED-55-55D003-35-4-195-1061-252APeriod of Performance: 09/22/2014 to12/30/2016

TOTAL CARRIED FORVWARD TO 1ST PAGE (rTEM 17(HI) -. - $0.00AUIMORITEO FOR LOCAL REPODUCTION OPTIONAL FORM 348 -, (PREOUs EOITION NOT ULSABLE.E

Pn..bodbv 055 FAR (Ad CFRI 53.213MI

CONTRACTOR ACCEPTANCE OF TASK ORDER NRC-HQ-55-14-T-0022

Acceptance of Task Order No: NRC-HQ-55-14-T-0022 should be made by having an official,authorized to bind your organization, execute two copies of this document in the space providedand return one copy to the Contracting Officer. You should retain the other copy for yourrecords.

Accepted Task Order No. NRC-HQ-55-14-T-0022:

Name R.B. B•aImbach

Executive Director, Contracts

Title

09/22/2014

Date

Page 3 of 35

SECTION B - Supplies or Services/Prices

NRCB010 BRIEF PROJECT TITLE AND WORK DESCRIPTION

(a) The title of this project is "TECHNICAL ASSISTANCE FOR THE DEVELOPMENT OF ANENVIRONMENTAL ASSESSMENT FOR THE JANE DOUGH PROJECT"

(b) Summary work description: The objective of this task order is to obtain technical assistancewith the acceptance review of an environmental report and the development of a Draft SElS,Final SEIS, and all documents necessary to complete the environmental review as outlinedbelow under Section 4.0, Scope of Work and Deliverables.

PRICEICOST SCHEDULE

.`PERIOD iOF-RERFORMANCE,- September .2014December.-30, .20165

--CULINNQ.I:IDESCRIPTION.IOF• •ESTIMATED"" FIXED.FEE 0TOAL;CPF._______ UPPLIESISER VICES, J T.COSTT

00001 Review of Environmentalreports assist draft SEIS andFinal SEtS

00002 Optional tasks -'- 11B,1C,1D,0 1,4D,6D,6Eand 8 I

Total $696,800.00

NRCB040A CONSIDERATION AND OBLIGATION-COST-PLUS-FIXED-FEE ALTERNATE I

(a) The total estimated cost to the Government for efo nce of this contract inclusive ofoptional tasks is $696,800.00 of which the sum of represents the estimatedreimbursable costs, and of whi hprresen s e fixed-fee.

(b) There shall be no adjustment in the amount of the Contractores fixed fee.

(c) The amount currently obiigatd th=eovemment with respect to this contract is$80,000.00, of which the sum ofepresents the estimated reimbursable costs, and ofwhich epresents the fixed-fee.

(d) This is an incrementally-funded contract and FAR 52.232-22 - "Limitation of Funds" applies.

(e) In accordance with FAR 52.216- Fixed Fee, it is the policy of the NRC to withholdpayment of fee after payment ofUrcent of the fee has been paid in order to protect theGovernment's interest The amount of fixed-fee withheld from the contractor will not exceed 15percent of the total fee or $100,000, whichever is less, Accordingly, the maximum amount offixed-fee that may be held in reserve is

Page 4 of 35

TASK TITLE: TECHNICAL ASSISTANCE FOR THE DEVELOPMENT OF ANENVIRONMENTAL ASSESSMENT FOR THE JANE DOUGH PROJECT

TASK ORDER NUMBER NRC-HQ-55-14-T-0022TASK AREA: Technical Assistance for Environment ReviewJOB CODE: 1061ISSUING OFFICE: FSMEFEE RECOVERABLE: YESTAC NUMBER: J00875DOCKET NUMBER. 40-09067CONTRACTING OFFICER'SREPRESENTATIVE Ashley Waldron (301) 415-6005

1.0 BACKGROUND

The U.S. Nuclear Regulatory Commission (NRC) staff received an application from UranerzEnergy Corporation in May 2014 for an amendment to Source Materials License SUA-1597,under the provisions of 10 CFR Part 40. If granted, the license amendment would allow Uranerzto conduct in-situ leach uranium recovery (ISR) activities at the Jane Dough project site, locatedin Campbell and Johnson Counties, Wyoming Activities involved in the proposed set up andoperation of the Jane Dough project would include the construction of surface and subsurfaceinfrastructure; operation of well fields to recover the uranium from injected solutions; aquiferrestoration activities to restore the groundwater quality in the production zone after uraniumrecovery is completed within a well field; and decommissioning of surface and subsurfaceinfrastructure and reclairning the surface after uranium production activities at the site has beencompleted.

In 2009, the NRC published NUREG-1 910, "Generic Environmental Impact Statement for In-SituLeach Uranium Milling Facilities" (GElS). The purpose of the GElS is to support an efficientand consistent approach for NRC's review of site-specific license applications, license renewalrequests, and license amendment requests for ISR facilities. The NRC staff uses the GElS asa starting point for its site-specific National Environmental Policy Act (NEPA) analyses, and itwill be used to identify and evaluate potential environmental impacts associated with theconstruction, operation, aquifer restoration, and decommissioning of the proposed Jane Doughproject. Where the potential environmental impact conclusions presented in the GElS can beadopted for Jane Dough (i.e., whether such impacts are within the bounds established in theGElS), the NRC's Environmental Assessment (EA) will provide justification for adopting theGElS evaluation. For the impact conclusions presented in the GElS that cannot be adopted,site-specific features and potential impacts will be evaluated in the Jane Dough EA.

2.0 OBJECTIVE

The objective of this task order is to obtain technical assistance with the acceptance review ofan environmental report and the development of a Draft SEIS, Final SEIS, and all documentsnecessary to complete the environmental review as outlined below under Section 4.0, Scope ofWork and Deliverables.

Page 5 of 35

3.0 STAFFING

The contractor shall ensure that the technical staff performing under this task order possess thenecessary experience and expertise in the technical areas assigned to them. The NRCreserves the right to approve the Project Manager and the individual technical staff assigned toeach task from the necessary technical disciplines, The contractor's Project Manager shallhave in-depth expertise in at least one of the issues covered by the SBS and a generalunderstanding of the range of issues covered by NRC environmental reviews, as outlined inNRC NUREG-1748. The contractor's Project Manager shall have extensive experience in thetechnical and regulatory aspects necessary for evaluating the environmental impacts of theconstruction, operation, and/or decommissioning of industrial facilities that require reviewsunder NEPA such as uranium recovery facilities, and should have expertise in methods used tomitigate the impacts on the environment The contractor's technical staff shall have specializedexperience to include greater than five years experience in conducting reviews in the specifictechnical areas assigned and shall have an appropriate combination of education, training, andexperience in areas required to complete the SEIS including, but not limited to, health physics,ecology, cultural resources, hydrology, geology, air quality, socioeconomics, and cost-benefitanalyses. Additionally, the contractor's technical staff shall have a clear understanding of thedepth of review generally required by the NRC and specifically required by the type of activityproposed by the applicant for the disciplines they represent. The contractor's technical staffshall also have experience presenting technical information and be able to provide written andoral testimony at mandatory or adjudicatory hearings on the proposed actions as needed. TheNRC considers the following staff to be essential for this effort:

1. Project Manager2. Task Manager3. Environmental Specialist/Scientist/Engineer4. Radiation Health Physicist5. Hydrologist/Hydrogeoiogist6. Geologist7. Nuclear Physicist/Engineer/Criticality8. General Engineer/Chemical Engineer9. Historic and Cultural Resources Specialist10. Ecology and interrelated earth sciences Specialist11. Environmental Justice Specialist12. Socioeconomics Specialist13. Transportation impact assessment Specialist14. Cumulative impacts assessment Specialist15. Facilitatio niPublic Outreach Specialist16. Nuclear Fuel Facility, Spent Fuel Facility, and/or Uraniumn Mining and Milling Specialist17. Tribal, Local, State, and/or other Federal Agency Consultations and Coordination Specialist

Page 6 of 35

4.0 SCOPE OF WORK AND DELIVERABLES

The contractor shall support NRC in its Section 106 review of the Jane Dough licenseamendment for Uranerz Source Material License (SUA-1597). This task shall be conducted inaccordance with 10 CFR Part 51 and using the guidance provided in NUREG-1748.

4.1 TASK 1: SECTION 106 REVIEWS AND GENERAL SUPPORT

SUBTASK 1-A -Assistance with Section 106 Activities

The contractor's Project Manager along with 1-2 key contractor staff members (Le.Section 106 and Cultural Resources experts) shall support the NRC COR in planning,coordinating, and conducting activities relating to the Section 106 review, as needed.

These activities may include* conducting research, sharing expertise, and providing guidance to the NRC

COR;* participating in and helping to coordinate local meetings, teleconferences, and/or

web inars with Trbal representatives and other stakeholders;" participating in discussions with NRC experts as well as ACHP and UranerZs

consultants to resolve conflicts and to help move the Section 106 process along;and

* Supporting documentation of the Section 106 activities as well as conducting anethnographic study (if one is needed). Besides providing documentation ofcoordination efforts, there are no formal deliverables associated with this subtask(unless an ethnographic study is requested). More specifically, the contractorshall:

Develop and populate database with Trbal leaders, meeting details, and othersupporting information for the Administrative Record for the Jane Dough Site in situuranium-recovery (ISR) project

Participate in discussions with NRC, BLM, ACHP, and Uranerz to facilitate theSection 106 consultation process.

Interact with all Tribes involved, as established by the NRC, and ensure a steady androbust flow of information and of mutual, sound communication.

Task 1 shall begin immediately upon award of the task order.

SUBTASK 1 -- B (Optional): Tribal Meetings

Prepare for, attend, and follow-up for up to 3 in-person, multi-Trbe meetings in locationto be determined including:

" Prepare notification" Contact Tribes (including confirmation and response to questions)* Coordinate approval for meeting materials

Page 7 of 35

o Provide logistics for meeting (select meeting location)o Support NRC COR in all activities for the meetingo Facilitate the meetingo Prepare notes for the meeting, ando Follow-up with any action items. And,

Prepare for, attend and follow-up for a teleconference (at least 2 calls),including:

o Prepare notificationo Contact Tribes, including confirmation and response to questions

1. Coordinate approval for meeting materialso Support NRC COR in all activities for the meetingo Facilitate the meetingo Prepare notes for the meeting, ando Follow-up with any action items.

SUBTASK 1-C (Optional): Ethnolraphic Study

If needed, conduct an ethnographic study, the scope of the study could be,o Assembly and review of existing cultural resource records and other primary and

secondary sources. Such aso General environmental data sources (e.g., plant, animal, water, mineral)

that may provide information regarding traditional cultural uses of thelandscape;

o Existing historic, ethnohistoric, and ethnographic studies for thelandscape available from regional studies and academic Ibraries;

o Tribal historical resources, local libraries, historical societies, and otherrepositories; and

o Archaeological site reports and records for the landscape and itsenvirons.

o Tribal representatives(THPO) as well as Tribal elder interviews (interviewquestions should also be part of the record keeping) and

o Any other resources that would contain useful historical context regardinghistorical properties that might have cultural and religious significance tointerested Tribes near the proposed project.

SUBTASK 1-D (Optional): TCP Study

Provide TCP survey assistant to tribes if requested. More specifically,o Provide Tribes with record keeping (if requested),o Work with Tribes with TCP identification and documentation efforts (this might

required for the contractor to be out in the filed with Tribes for the duration of thestudy

o Assist Tribes in developing the TCP study summary report

Page 8 of 35

o Provide overall Project management task such that track project progress anddeadline and communicate issues to the NRC as well as Applicant.

SUBTASK 1- E (Optional) -Additbnal Support to Conduct Required Analyses

Provide resources for additional support for Section 106 Consultation activities for aboveactivities of meetings, TCP surveys or ethnographic surveys.A base estimate of resources and costs should be included in proposal.

OPTIONAL TASKS 2-8

The Contractor shall support NRC in developing an Environmental Assessment (EA). The EAshall be written in accordance with 10 CFR Part 51 and using the guidance provided inNUREG-1748. The EA will be used by the NRC to support decisions related to the issuance ofan amendment to Uranerz Source Materials License (SUA-1597), as descrbed in Section 1.0.The work conducted under this task order shall be subject to the project managementrequirements descrbed in Section 5.0. The work required is described in detail below and inAppendix A. This optional activity (Tasks 2-8) will only become effective through contractmodification.

4.2 TASK 2: ASSIST IN ACCEPTANCE REVIEW OF THE APPLICATION

Upon request from the NRC Technical Project Manager (COR), the contractor shallsupport the NRC in performing an acceptance review of the proposed Jane Doughamendment request to ensure the application provides adequate information, inaccordance with NUREG 1748, to begin the environmental review process.

The NRC COR shall provide a copy of potentially relevant documents as they areavailable.

The contractor shall keep the NRC COR informed (either via electronic mail, phone, orpersonal meeting) on a weekly basis and describe the status of the review, andinformation analyzed under this task, including but not limited to: deficiencies found inapplicant-ssubmitted information (.e., license application/ Environmental Report (ER)).

The deliverable under this task will consist of a written evaluation documenting theacceptance review finding for the Jane Dough project with regards to its conformancewith the requirements of NUREG 1748.

The final written evaluation under this task shall be submitted to the NRC as indicated in

Appendix A.

4.3 TASK 3: COLLECT AND REVIEW INFORMATION

SUBTASK 3-A - Collect and Review Information

The contractor shall independently collect and review information related to theproposed site and its environs. The NRC COR will also provide relevant information,

Page 9 of 35

including the current license application, ER, and the Technical Report (TR).

The NRC COR shall provide a copy of potentially relevant documents as they areavailable. In addition to the information provided by the NRC COR, the contractor isexpected to utilize the NRC's publicly available Agency-Wide Documents Access andManagement System (ADAMS) to identify other relevant documents to the project.

The contractor shall keep the NRC COR informed (either via electronic mail, phone, orpersonal meeting) on a weekly basis and describe the information collected, reviewed,and analyzed under this task, including but not limited to: deficiencies found inapplicant-submitted information (i.e., license application/ER); deficiencies elsewhere;and any portions of other environmental reviews in the vicinity of the proposed projectthat can be adopted/tiered/incorporated by reference into the EA.

The contractor shall include in its EA development process any coordination necessaryto cover laws and regulations other than NEPA. As identified by the COR, thecontractor shall provide supporting information for NRC consultations with otheragencies. Information resulting from consultations with other agencies will be providedto the contractor for use in the EA analysis, as well as summary and referencing in theEA document.

No formal deliverables are required under Subtask 3-A, but a listing of all document(reports, maps, papers, etc.) will be maintained.

SUBTASK 3-B - Site Visit and Information Gatherinq Meetinqs.The contractor shall visit the site as required by the NRC COR. The NRC COR shallcoordinate the site visit with the applicant and shall request of the contractor, thenecessary security information (e.g., name of individual, citizenship) of any contractorstaff that will be participating prior to the site visit. The contractor shall coordinate withthe NRC COR which contractor technical staff will participate in the site visit at JaneDough project, located in the Johnson and Campbell counties.

The site visit shall be documented in a site visit trip report that describes any informationthat was learned, requested, or obtained from the applicant (see Section 1Z0 for formatrequirements). The site visit trip report shall be submitted to the NRC as indicated inAppendix A.

4.4 TASK 4: PREPARE EA

The scope of work under this task shall involve the planning and drafting of the EA toevaluate the impacts of the applicants proposed action.

The contractor shall begin work on Task 4 concurrently with Task 3 of this overall taskorder.

The contractor shall follow the format of the GElS to the extent practicable, andincorporate by reference portions of the GElS when appropriate to prepare the SBS.As well, the contractor shall also incorporate relevant information from otherenvironmental reviews (i.e. NUREG1910, Supplement 2 - Nichols Ranch ISR Project).

Page 10 of 35

SUBTASK 4-A - Develoo Outline

The contractor shall develop a draft outline following the format of the GElS to the extentpracticable, for the NRC COR's approval. Any deviations from the once-approvedoutline shall be approved by the NRC COR. The contractor's goal shall be to focus theEA discussion on areas of true concern. The draft outline shall be submitted to theNRC prior to the site visit.

Concurrently with Subtask 6-A, the contractor shall provide a draft site description andproposed list of alternatives. The proposed action and alternatives shall be based onthe NRC COR's input and the applicant's ER and shall include the "No Action"alternative as required by NRC regulations.

The NRC COR will provide the contractor with a draft of the introductory chapter(Chapter 1) describig the proposed action and purpose and need. The contractor isexpected to prepare all other chapters of the EA.

SUBTASK 4-B - Description of Affected Environment

The contractor shall provide a draft description of the affected environment (see Section12.0 for format requirements). Consistent with 10 CFR Part 51, the GEIS,NUREG-1910, Supplement 2, and the guidance provided in NUREG-1748, effort andattention shall be concentrated on important issues as identified in the applicant's ER, bythe NRC COR, and/or by other agencies' comments, as appropriate.

This subtask shall be coordinated and completed concurrently with Subtask 6-A,reflecting the intention that the descriptions of the affected environment emphasizeinformation supporting analysis and understanding of impacts.

SUBTASK 4-C - Description of Environmental Impacts

The contractor shall provide a description of the potential impacts from the proposedaction and alternatives. For each alternative described in the final description of theProposed Action and Alternatives, the contractor shall assess the impacts ofconstruction, operation, aquifer restoration, and decommissioning, including cumulativeimpacts. The assessment of impacts shall be based on the guidance provided inNUREG-1748. The contractor shall limit impact descriptions to those areas that arereasonably impacted by the proposed action. Additionally, the length and level of detailof the description of the affected environment for each resource area should be informedby the significance of the impacts to that resource area.

The contractor shall assess impacts based on the description of the proposed action andalternatives, as well as descriptions of the affected environment. The contractor shallevaluate all aspects of the proposed project to determine if its effect on a resource areais bounded by the assumption stated in the GELS. Based on the result of this analysis,the contractor should tier from the GEIS's impact conclusion for the respective resourcearea. Resource areas where the conclusions of the GElS do not present enoughin-depth, site-specific detail should receive the greatest amount of attention.

Page 11 of 35

The contractor shall descrbe the applicants proposed mitigation and monitoringstrategies, as applicable, and descrbe any additional mitigation and monitoring that maybe necessary to ameliorate the impacts, as appropriate.

The contractor shal provide the NRC COR with technical information as necessary toallow the NRC to carry out consultations under Section 7 of the Endangered Species Act(ESA) of 1973 and Section 106 of the National Historic Preservation Act (NHPA) of 1966(see Task 1). The NRC COR shall provide any necessary documentation regardingconsultations under Section 7 ESA and Section 106 NHPA.

The description and assessment of environmental impacts, mitigation, and monitoringstrategies under this subtask shal be coordinated and completed concurrently withSubtask 6-A. Format requirements are described in Section 1Z0.

SUBTASK 4-D (Optional): Additional Support for Addressing Applicant Changes to theLicense Application

Any additional information or changes to the application can require the contractor tore-review project information, redo analyses, revise draft reports and determine whetherthose changes would alter the findings of the analyses and reports. This subtask will berequiring additional effort for the contractor in the event that such changes occur. Thissubtask will be executed if, based on the nature of the new project information provided,the review will be substantially effected. An estimate of costs associated with an levelof effort for this task should be included.

4.5 TASK 5: DEVELOP REQUESTS FOR ADDITIONAL INFORMATION

SUBTASK 5-A - Draft RAls

If the contractor determines that the information provided by the applicant (ER and TR -license application) and the information collected during Task 3 - Collect and ReviewInformation is not sufficient to allow the contractor to prepare the draft EA, the contractorshall prepare draft requests for additional information (RAls), and shall provide thesedraft RAIs to the NRC COR. Specifically, the contractor shall identify areas of theapplication that require further information before the draft SEIS can be completed.

The draft RAIs shall cover all areas needed to complete the draft SEIS under Subtask6-C. For example, mitigation measures and environmental monitoring shall beconsidered when developing the draft RAls.

The draft RAls shall be documented in a brief letter report to the NRC COR stating whatinformation is missing and the basis for requesting the information (i.e., the potentialimpact on the environmental review). RAls shall be submitted to the NRC COR andshall be both clear and concise to elicit the additional information from the applicant. It isnoted that the applicant may not be able to provide information, thus, the contractorshould be able to define what information could be developed by the contractor versusinformation that must come from the applicant.

Page 12 of 35

The NRC COR will provide guidance to the contractor on drafting detailed RAls. Thedraft RAls shall follow the guidance provided by the NRC COR; deviations from theguidance should be approved by NRC COR prior to submission. The contractor shallsubmit the draft RAls to the NRC as indicated in Appendix A.

SUBTASK 5-B - Final RAIS

The contractor shall revise the draft RAls to incorporate comments from the NRC reviewto produce the final RAls. The contractor shall submit the final RAIs to the NRC asindicated in Appendix A.

After approval of the final RAI, the NRC COR will forward the RAls to the applicant.Following the applicants response to the RAI, the NRC COR (with input from thecontractor) will determine if there is still insufficient information available to prepare thedraft EA.

4.6: TASK 6: DRAFT EA

SUBTASK 6-A - Preliminary Draft EA

A copy of the preliminary draft EA shall be provided as an informal submittal to the NRCCOR as indicated in Appendix A. The preliminary draft EA shall provide all of theinformation desaibed in Subtasks 4-A and 4-B as it is available at the time, noting RAlsor other information described underTask 3 of this task order, or as identified to theNRC COR as work in progress. The NRC COR will review the preliminary draft EA andprovide the contractor with preliminary comments, if applicable. The contractor shallincorporate NRC COR's comments from the preliminary draft EA review into the interimdraft SEIS (Subtask 6-B).

SUBTASK 6-B -Interim Draft EA

The contractor shall submit an interim draft EA for the NRC COR to review and provideto other agencies during consultations. This interim draft EA shall incorporate theinformation received under Subtask 5-B. This interim draft SEIS shall follow the NRCCOR-approved outline under Task 4 of this task order. Deviations from the outline mustbe approved by the NRC COR.

Relevant information developed during the NRC SER process shall be summarized inthe draft EA and incorporated by reference

This subtask shall be completed taking into consideration Task 3 and shall be completedas indicated in Appendix A.

SUBTASK 6-C - Final Draft EA

The contractor shall revise the preliminary final EA to incorporate comments from theNRC review to produce the final Draft EA. The contractor shall submit the final SEIS tothe NRC as indicated in Appendix A.

Page 13 of 35

SUBTASK 6 -D (Optional}- Contractor Completion Chapter 1Should circumstances arise where NRC PM requires assistance with Chapter 1devebpment, the contractor will augment the NRC EA team, if requests by the NRCCOR, to complete a draft of Chapter 1 as a combined effort.

SUBTASK 6-E (Optional)- Additional SupportThis is an optional activity to provide resources to conduct revisions of the SEIS ifadditional independent analysis is required.

4.7 TASK 7: RESPONSE TO COMMENTS AND FINAL EA

SUBTASK 7-A - RESPONSES TO STATE COMMENTS

The contractor shall compile comments received from the State agency according to theguidelines provided by the NRC COR. The NRC COR will review and approve theresponses and revisions to the Draft EA, as appropriate. The contractor shall begin thissubtask upon receipt of the comments, which will be forwarded to the contractor by theNRC COR. The contractor shall submit the responses and revisions to the NRC asindicated in Appendix A.

Task 7-B Preliminary Final SB S

Based on input and comments received from State Agency (Subtask 7-A) and the NRC,the contractor will update the final draft SEIS incorporating necessary documentationregarding consultations over Section 7 of ESA and Section 106 of NHPA. The revisedfinal draft SEBS will be reviewed by a technical editor, formatted to NRC standards andreviewed for technical content.

The contractor shall develop responses and make revisions to the Draft EA asappropriate.

This will be delivered to NRC 45 days after receipt of all state agency comments fromthe NRC COR.

Task 7 -C: Final EAThe contractor will revise the preliminary final EA based on NRC review commentreceived from the NRC COR. The deliverable will be transmitted to NRC within 10calendar days.

4.8 OPTIONAL TASK 8 - SUPPORT FOR LICENSING PROCEEDING AND LITIGATION

In the event of legal challenge to the evaluations made under NEPA, the contractor shallassist in the hearing as requested. The contractor could be requested to provideinformation for answers to interrogatories and to provide subject matter experts toprepare written testimony and present oral testimony, as needed, or deemed advisable,and as requested.

Page 14 of 35

5.0 PROJECT MANAGEMENT

Maintain Effective Communication with NRC Staff

The contractor shall maintain effective communication with the NRC COR to help coordinateand integrate SEIS preparation with NR's technical and decision-making activities. For theduration of the task order, the contractor shall participate in a weekly telephone call with theNRC's COR to discuss the progress and spending to date. The contractors Project Managerand NRC COR shall participate in quarterly progress meetings either at NRC's headquarteroffices in Rockville, MD, at the contractor's place of business, or by telephone call, as may berequested by the NRC COR.

For All Communications

The contractor shall coordinate all necessary NRC communication for the specific task, throughthe NRC's COR or designee (as may be temporarily established via electronic or hard-copywritten communication from the NRC COR).

NRC Comments

The contractor shall resolve NRC comments through the NRC COR when making revisions toany deliverable under each task.

Quality Assurance for the Proiect

The contractor shall implement and maintain quality assurance requirements for the project inaccordance with Section 14.0 below.

6.0 ACCEPTANCE CRITERIA

The contractor shall document the preparation of the EA and maintain appropriate records. Aninventory list or copies of such records shall be provided upon request by the NRC COR. Thedraft EA and final EA shall provide sufficient detail (as outlined in NUREG 1748 and/or otherguidance supplied by the NRC) for members of the public to understand the basis of theconclusions reached. The text of these documents shall be supported by appropriate tablesand graphics. The EA shall use incorporation by reference and adoption of impact conclusionsas applicable from the GElS as identified in Task 4. Each deliverable provided by thecontractor shall include directly or be accompanied by enough technical detail so that the NRCmay confirm the contractor's methodologies and calculations. The contractor shall also followany guidance provided by the NRC, such as, RAI development guidance. At a minimum, theNRC reserves the right to reject a deliverable that fails to follow guidance provided.

Page 15 of 35

7.0 MEETINGS AND TRAVEL

It is also expected that the contractor's Project Manager and Historic and Cultural ResourcesSpecialist will participate in periodic meetings via telephone to support the Section 106 process.

The contractor shall participate in the site visit referenced under Subtask 3-B and meet with thelicensee and local, state, and federal agencies in order to collect relevant information. Uponrequest by the NRC COR, the contractor's Project Manager shall meet with the NRC COR atthe NRC offices in Rockville, MD for a Planning Meeting and to discuss any RAls. The NRCCOR may choose to periodically meet with the contractor in the contractor's offices to reviewprogress and provide input into the project, as necessary. Alternatively, these meetings maybe held by telephone/teleconference at the discretion of the NRC COR. The contractor'sProject Manager shall participate in a weekly phone call with the NRC COR that will last an houron average. Additionally, the contractors Project Manager along with 1-2 key contractor staffmembers will potentially participate in periodic (bi-weekly or monthly) meetings via telephone todiscuss technical issues related to the EA and application. Meetings potentially requiringcontractor travel are summarized below.

ToDic Location Trios Days Contractor StaffEthnographic Information Site Location 1 3 1GatheringSection 106 Meetings Site Location 3 2 - 5 2Planning Meeting Rockville, MD 1 3 1RAI Discussion Rockville, MD 1 3 1Site Visit/lnformation Site Location 1 5 2GatheringPublic Comments Rockville, MD 1 3 2

Meeting

8.0 NRC FURNISHED MATERIAL

The NRC COR will provide the following materials to the contractor at the beginning of Task 2 inelectronic format unless otherwise specified:

" Applicant's License Application, which includes the Safety Analysis Report, EnvironmentalReport, and any accompanying Appendices;

• Guidance on how to develop detailed RAIs* Copies of The Class III Cultural Resource Inventory from the site (non-publicly available);* Copies of related documents from NRC's docket file;" NRC's preferred format for RAls;" Copy of NUREG-1748, "Environmental Review Guidance for Licensing Actions Associated

with NMSS Programs";• Copy of NUREG-1569, "Standard Review Plan for In-Situ Leach Uranium Extraction License

Applications-Final Report";• Copy of NUREG-1910, "Generic Environmental Impact Statement for Uranium Milling

Facilities", and* Information gained via consultations with other agencies, as it may be made available.

Page 16 of 35

The NRC COR will continue to provide related documents from the docket file throughout thecompletion of this task order.

9.0 CONTRACTOR ACQUIRED MATERIAL

No materials are expected to be acquired.

10.0 PERIOD OF PERFORMANCE

The period of performance begins on or about September 22, 2014 and shall expire onDecember 31, 2016 for all tasks described above. The deliverables and schedule for workconducted underthis task order are summarized in Appendix A.

11.0 REPORTS

Four hard copies of the draft and final versions of all reports covering each task shall beforwarded to the NRC COR, as well as an electronic version (via electronic mail with electronicattachments) consistent with the word processor in use at the NRC (currently Microsoft Word2003) and in portable document format (i.e., *.pdf). Additionally, one hard copy shall be sent tothe NRC Contracting Officer (CO) as soon as the documents are required to be available.

12.0 TECHNICAL/PROJECT DIRECTION

Ashley Waldron is the designated NRC COR and focal point for all task order-related activities.

Technical direction may be provided by the NRC COR to the contractor during the duration ofthis task order. Technical direction shall not constitute new assignments of work or changes ofsuch a nature as to justify an adjustment in cost or period of performance. Directions, if any,for changes in scope of work, cost, or period of performance will be issued by the NRC CO.

13.0 STANDARD WORK PRACTICES

For all draft and final reports under this agreement, the contractor shall ensure that anindependent review of numerical computations, mathematical equations, and derivations isperformed by qualified technical staff other than the original author(s) of the reports and otherthan the person who performed the original calculation. If the contractor proposes to checkless than 100 percent of all computations, mathematical equations, and derivations in thereport(s) (such as may be the case when there is a large number of routine, repetitivecalculations), the contractor must first obtain written approval from the NRC COR. In addition,all reports, including those which do not contain numerical analyses must be reviewed by thecontractor's management and approved with two signatures. One signature must be from thecontractor's Project Manager, and one signature must be from a manager at a higher level thanthe contractor's Project Manager. Informal submittals/deliverables must be reviewed andforwarded from at least the Project Manager level.

When revisions for reports are issued, a section must be included in the revised report todocument dates of, reasons for, and scope of all changes made since the issuance of the firstcontractor's approved report.

NRC has the option of appointing a Peer Group to review, comment, and recommend changes

Page 17 of 35

to the draft and final reports. The contractor may recommend candidates for the Peer Groupfor approval by the NRC COR.

In the case of dissent in the content of the final report, the dissenting party shall have the optionof stating its viewpoints and findings. Such statements may appear in the report as decided bythe NRC.

This section does not intend to create the development of a formal quality assurance programnor does it require formal quality assurance program documentation or review.

Page 18 of 35

SCHEDULE AND DELIVERABLES

TASK DELIVERABLE SCHEDULE (business days)1 NHPA Section 106 Support Activities

0 I.A Assistance with Section * Initiate upon task order106 Activities award

* 11.B Tribal Meetings a TBD

* 1.C Ethnographic Context * 40 days after Subtask I.A

* 1.DTCPStudy 0 TBD

Optional Tasks2 Acceptance Report 35 days after contract modification3-B Site Visit Trip Report 7 days after site visit4-A Draft EA Outline 10 days after completion of Task 24-B Description of Affected Environment Concurrent with completion of

Subtask 5-A4-C Description of Environmental Impacts Concurrent with completion of

I Subtask 5-A5-A Draft RAls 20 days after completion of site visit5-B Final RAIs 10 days after receipt of NRC's

comments on Subtask 5-A6-A Preliminary Draft EA 20 days after completion of Subtask

5-B6-B Interim Draft EA 40 days after the receipt of the

licensee's RAI responses from theNRC TPM

6-C Draft EA 15 days after the receipt of NRCcomments on Subtask 6-B

7-A Draft Responses to Federal/StateComments:- Draft Comment Response Report -Concurrent with completion of

Subtask 7-B-Final Comment Response Report -Concurrent with completion of

Subtask 7-C7-B Preliminary Final EA 30 days after COR provides

federal/state comments on Draft EA7-C Final EA 10 days after receipt of NRC's

comments on Subtask 7-B8 Optional Hearing As determined by the schedule of the

Atomic Safety Licensing Board Panel

Page 19 of 35

SECTION D - Packaging and Marking

NRCD020 BRANDING

The Contractor is required to use the statement below in any publications, presentations,articles, products, or materials funded under this contract/order, to the extent practical, in orderto provide NRC with recognition for its involvement in and contribution to the project. If thework performed is funded entirely with NRC funds, then the contractor must acknowledge thatinformation in its documentation/presentation.

Work Supported by the U.S. Nuclear Regulatory Commission (NRC), Office of Nuclear ReactorRegulation, under Contract/order number NRC-HQ-50-14-E-0001/NRC-HQ-55-14-T-0022.

(End of Clause)

NRCD010 PACKAGING AND MARKING

(a) The Contractor shall package material for shipment to the NRC in such a manner that willensure acceptance by common carrier and safe delivery at destination. Containers andclosures shall comply with the Surface Transportation Board, Uniform Freight ClassificationRules, or regulations of other carriers as applicable to the mode of transportation.

(b) On the front of the package, the Contractor shall clearly identify the contract number under

which the product is being provided.

(c) Additional packaging and/or marking requirements are as follows: None.

(End of Clause)

Page 20 of 35

SECTION E - Inspection and Acceptance

2052.215-71 PROJECT OFFICER AUTHORITY (OCT 1999)

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

Name: Ashley WaldronAddress: Mail Stop: TWFN 8-F-8Washington, DC 20555Telephone Number: (301) 415-6005Ashlev.WaldronONRC.oov

(b) Performance of the work under this contract is subject to the technical direction of the NRCproject officer. The term technical direction is defined to include the following:

(1) Technical direct ion to the contractor which shifts work emphasis between areas of work ortasks, authorizes travel which was unanticipated in the Schedule (i. e., travel not contemplated inthe Statement of Work or changes to specific travel identified in the Statement of Work), fills indetails, or otherwise serves to accomplish the contractual statement of work.

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

(3) Review and, where required by the contract, approve technical reports, drawings,specifications, and technical information to be delivered by the contractor to the Governmentunder 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 time required 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 issuesany unilateral directive whatever.

(d) All technical directions must be issued in writing by the project officer or must be confirmedby the project officer in writing within ten (10) working days after verbal issuance. A copy of thewritten direction must be furnished to the contracting officer. A copy of NRC Form 445, Requestfbr Approval of Official Foreign Travel, which has received final approval from the NRC must be

Page 21 of 35

furnished to the contracting officer.

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

(f) If, in the opinion of the contractor, any instruction or direction issued by the project off icer iswithin one of the categories defined in paragraph (c) of this section, the contractor may notproceed but shall notify the contracting officer in writing within five (5) working days after thereceipt of any instruction or direction and shall request that contracting officer to modify thecontract accordingly. Upon receiving the notification from the contractor, the contracting officershall 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 doesnot constitute a change under the "Changes" clause.

(g) Any unauthorized commitment or direction issued by the project officer may result in anunnecessary delay in the contractors performance and may even result in the contractorexpending funds for unallowable costs under the contract.

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

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

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

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

(3) Review all costs requested for reimbursement by the contractor and submit to thecontracting officer recommendations for approval, disapproval, or suspension of payment forsupplies and services required under this contract.

(End of Clause)

SECTION F - Deliveries or Performance

NRCF032 TASKIDELIVERY ORDER PERIOD OF PERFORMANCE (SEP 2013)

This order shall commence on September 22, 2014 and will expire on December 30, 2016.

(End of Clause)

Page 22 of 35

NRCF010 PLACE OF DELIVERY-REPORTS

The items to be furnished hereunder shall be delivered, with all charges paid by the Contractor,to:

a. Name: Ashley Waldron (1 Electronic Copy)b. Contracting Officer's Representative (COR)c. Address: Ashley.Waldron@rrcgov (1 hard copy)

d. Name: Hugo Alcantara (1 Electronic Copy)e. Contract Specialist (CS)f. Address: [email protected] (1 hard copy)

(End of Clause)

SECTION G- Contract Administration Data

NRCG030 ELECTRONIC PAYMENT (SEP 2014)

The Debt Collection Improvement Act of 1996 requires that all payments except IRS tax refundsbe made by Electronic Funds Transfer. Payment shall be made in accordance with FAR52.232-33, entitled "Payment by Electronic Funds-Central Contractor Registration".

To receive payment, the contractor shall prepare invoices in accordance with NRC's BillingInstructions. Clainms shall be submitted on the payee's letterhead, invoice, or on theGovernment's Standard Form 1034, "Public Voucher for Purchases and Services Other thanPersonal," and Standard Form 1035, "Public Voucher for Purchases Other than Personal -Continuation Sheet." The preferred method of submitting invoices is electronically to:N RCPayments(anrc.qov.

(End of Clause)

SECTION H - Special Contract Requirements

2052.215-70 KEY PERSONNEL (JAN 1993)

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

Name Title

Miriam Judcett Program ManagerAmy Hester SME Ecological resources and socioeconomicsMaria Morales Principal InvestigaterPat LaPlante SME Public and occupational healthBradley Werling SME Air quality, cost benefit analyses, and noiseJames Prkryl SME Land use and geochemistry

The contractor agrees that personnel may not be removed from the contract work or replacedwithout compliance with paragraphs (b) and (c) of this section.

Page 23 of 35

(b) If one or more of the key personnel, for whatever reason, becomes, or is expected tobecome, unavailable for work under this contract for a continuous period exceeding 30 work.days, or is expected to devote substantially less effort to the work than indicated in the proposalor initially anticipated, the contractor shall immediately notify the 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 detailedexplanation of the circumstances necessitating the proposed substitutions. The request mustalso contain a complete resume for the proposed substitute and other information requested orneeded by the contracting officer to evaluate the proposed substitution. The contracting officerand the project officer shall evaluate the contractor's request and the contracting officer shallpromptly notify the contractor of his or her decision in writing.

(d) If the contracting officer determines that suitable and timely replacement of key personnelwho have been reassigned, terminated, or have otherwise become unavailable for the contractwork is not reasonably forthcoming, or that the resultant reduction of productive effort would beso substantial as to impair the successful completion of the contract or the service order, thecontract may be terminated by the contracting officer for default or for the convenience of theGovernment, 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 compensatethe Government for any resultant delay, loss, or damage.

(End of Clause)

2052.215-78 TRAVEL APPROVALS AND REIMBURSEMENT. (OCT 1999) - ALTERNATE I(OCT 1999)

(a) Total expenditure for travel may not exceed $16,280.00 without the prior approval of thecontracting officer.

(b) All foreign travel must be approved in advance by the NRC on NRC Form 445, Request forApproval of Official Foreign Travel, and must be in compliance with FAR 52.247-63 Preferencefor U.S. Flag Air Carriers. The contractor shall submit NRC Form 445 to the NRC no later than30 days prior to the commencement of travel.

(c) The contractor will be reimbursed only for travel costs incurred that are directly related to thiscontract and are allowable subject to the limitations'prescribed in FAR 31.205-46.

(d) It is the responsibility of the contractor to notify the contracting officer in accordance with theFAR Limitations of Cost clause of this contract when, at any time, the contractor learns thattravel expenses will cause the contractor to exceed the travel ceiling amount identified inparagraph (a) of this clause.

(e) Reasonable travel costs for research and related activities performed at State and nonprofitinstitutions, in accordance with Section 12 of Pub. L. 100-679, must be charged in accordancewith the contractor's institutional policy to the degree that the limitations of Office ofManagement and Budget (OMB) guidance are not exceeded. Applicable guidance documentsinclude OMB Circular A-87, Cost Principles for State and Local Governments; OMB Circular

Page 24 of 35

A-122, Cost Principles for Nonprofit Organizations; and OMB Circular A-21, Cost Principles forEducational Institutions.

(End of Clause)

NRCH480 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONICPAYMENTIREMITTANCE ADDRESS

The Debt Collection Improvement Act of 1996 requires that all Federal payments except IRS taxrefunds be made by Electronic Funds Transfer. It is the policy of the Nuclear RegulatoryCommission to pay government vendors by the Automated Clearing House (ACH) electronicfunds transfer payment system. Item 15C of the Standard Form 33 may be disregarded.

(End of Clause)

NRCH470 GREEN PURCHASING (SEP 2013)

(a) In furtherance of the sustainable acquisition goals included in Executive Order 13514,"Federal Leadership in Environmental, Energy, and Economic Performance," products andservices acquired under this contract/order shall be energy-efficient (Energy Star or FederalEnergy Management Program (FEMP) designated), water-efficient, biobased, environmentallypreferable (e.g., Electronic Product Environmental Assessment Tool (EPEAT) certified),non-ozone depleting, recyded content, and non-toxic or less toxic alternatives, to the maximumextent practicable in meeting NR C contractual requirements.

(b) See NRC's Green Purchasing Plan (GPP) at:http://gbadupws.nrc..ov/docs/ML1219//ML12191A130. and the General Service

Administration's (GSA) Green Procurement Compilation at:http:i/www..sa.qovlportallcontentl 98257.

(c) The contractor shall flow down this clause into all subcontracts and other agreements thatrelate to performance of this contract/order.

(End of Clause)

NRCH410 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR ANDSUBCONTRACTOR EMPLOYEES

(a) The U.S. Nuclear Regulatory Commission (NRC) contractor and its subcontractor aresubject to the Whistleblower Employee Protection public law provisions as codified at 42 U.S.C.5851. NRC contractor(s) and subcontractor(s) shall comply with the requirements of thisWhistlebbower Employee Protection law, and the implementing regulations of the NRC and theDepartment of Labor (DOL). See, for example, DOL Procedures on Handling Complaints at 29C.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 24entitled: "Your Rights Under the Energy Reorganization Act".

Page 25 of 35

(b) Under this Whistleblower Employee Protection law, as implemented by regulations, NRCcontractor and subcontractor employees are protected from discharge, reprisal, threats,intimidation, coercion, blacklisting or other employment discriminatbn practices with respect tocompensation, terms, conditions or privileges of their employment because the contractor orsubcontractor employee(s) has provided notice to the em ployer, refused to engage in unlawfulpractices, assisted in proceedings or testified on activities concerning alleged violations of theAtomic Energy Act of 1954 (as amended) and the Energy Reorganization Act of 1974 (asamended).

(c) The contractor shall insert this or the substance of this clause in any subcontracts involvingwork performed under this contract.

(End of Clause)

NRCH400 SECURITY REQUIREMENTS RELATING TO THE PRODUCTION OF REPORT(S)OR THE PUBLICATION OF RESULTS UNDER CONTRACTS, AGREEMENTS, ANDGRANTS

Review and Approval of Reports

(a) Reporting Requirements. The contractor/grantee shall comply with the terms and conditionsof the contract/grant regarding the contents of the draft and final report, summaries, data, andrelated documents, to include correcting, deleting, editing, revising, modifying, formatting, andsupplementing any of the information contained therein, at no additional cost to the NRC.Performance under the contract/grant will not be deemed accepted or completed until itcomplies with the NR C's directions. The reports, summaries, data, and related documents willbe considered draft until approved by the NRC. The contractor/grantee agrees that the direction,determinations, and decisions on approval or disapproval of reports, summaries, data, andrelated documents created under this contract/grant remain solely within the discretion of theNRC.

(b) Publication of Results. Prior to any dissemination, display, publication, or release of articles,reports, summaries, data, or related documents developed under the contract/grant, thecontractor/grantee shall submit them to the NRC for review and approval. The contractor/grantee shall not release, disseminate, display or publish articles, reports, summaries, data, andrelated documents, or the contents therein, that have not been reviewed and approved by theNRC for release, display, dissemination or publication. The contractor/grantee agrees toconspicuously place any disclaimers, markings or notices, directed by the NRC, on any articles,reports, summaries, data, and related documents that the contractor/grantee intends to release,display, disseminate or publish to other persons, the public, or any other entities. Thecontractor/grantee agrees, and grants, a royalty-free, nonexclusive, irrevocable worldwidelicense to the government, to use, reproduce, modify, distribute, prepare derivative works,release, display or disclose the articles, reports, summaries, data, and related documentsdeveloped under the contract/grant, for any governmental purpose and to have or authorizeothers to do so.

(c) Identification/Marking of Sensitive Unclassified Non-Safeguards Information (SUNSI) andSafeguards Information (SGI). The decision, determination, or direction by the NRC thatinformation possessed, formulated or produced by the contractor/grantee constitutes SUNSI orSGI is solely within the authority and discretion of the NRC. In performing the contract/grant, the

Page 26 of 35

contractor/grantee shall clearly mark SUNS I and SGI, to include for example, OUO-AllegationInformation or OUO-Security Related Information on any reports, documents, designs, data,materials, and written information, as directed by the NRC. In addition to marking theinformation as directed by the NRC, the contractor shall use the applicable NRC cover sheet(e.g., NRC Form 461 Safeguards Information) in maintaining these records and documents. Thecontractor/grantee shall ensure that SUNSI and SGI is handled, maintained and protected fromunauthorized disclosure, consistent with NRC policies and directions. The contractor/granteeshall comply with the requirements to mark maintain, and protect all information, includingdocuments, summaries, reports, data, designs, and materials in accordance with the provisionsof Section 147 of the Atomic Energy Act of 1954 as amended, its implementing regulations (10CFR 73.21), Sensitive Unclassified Non-Safeguards and Safeguards Information policies, andNRC Management Directives and Handbooks 12.5, 12.6 and 12.7.

(d) Remedies. In addition to any civil, criminal, and contractual remedies available under theapplicable laws and regulations, failure to comply with the above provisions, and/or NRCdirections, may result in suspension, withholding, or offsetting of any payments invoiced orclaimed by the contractor/grantee.

(e) Flowdown. If the contractor/grantee intends to enter into any subcontracts or otheragreements to perform this contract/grant, the contractor/grantee shall include all of the aboveprovisions in any subcontracts or agreements.

(End of Clause)

SECTION I - Contract Clauses

NOT APPLICABLE

Page 27 of 35

SECTION J - List of Documents, Exhibits and Other Attachments

BILLING INSTRUCTIONS FORCOST-REIMBURSEMENT TYPE CONTRACTS (MAY 2013)

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

The contractor shall prepare invoices/vouchers for reimbursement of costs in the manner andformat described herein. FAILURE TO SUBMIT INVOICESNOUCHERS IN ACCORDANCEWITH THESE INSTRUCTIONS MAY RESULT IN REJ EC1ION OF THE INVOICE/VOUCHERAS IMPROPER.

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

Electronic InvoiceNoucher Submissions: The preferred method of submittinginvoices/vouchers is electronically to the U.S. Nuclear Regulatory Commission, via email to:NRCPaymentsOnrc.qov.

Hard-Copy InvoiceNoucher Submissions: If you submit a hard-copy of the invoice/voucher,a signed original and supporting 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 acquiredwith contract funds having an initial cost of $50,000 or more, in accordance with procedures setforth in NRC Management Directive (MD) 13.1, IV, C - "Reporting Requirements" (revised2/16(2011).

Agency Payment Office: Payment will continue to be made by the office designated in thecontract in Block 12 of the Standard Form 26, or Block 25 of the Standard Form 33, whicheveris applicable

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

Format: Invoices/Vouchers shall be submitted in the format depicted on the attached sampleform entitled "InvoiceNoucher for Purchases and Services Other Than Person al". Alternate

Page 28 of 35

formats are permissible only if they address all requirements of the Billing Instructions. Theinstructions for preparation and itemization of the invoice/voucher are included with the sampleform.

Task Order Contracts: The contractor must submit a separate invoice/voucher for eachindividual task order with detaled cost information. This includes all applicable cost elementsand other items discussed in paragraphs (a) through (s) of the attached instructions. Inaddition, the invoice/voucher must specify the contract number, and the NRC-assignedtask/delivery order number.

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

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

,Currnc¥: InvoicesNouchers must be expressed in U.S. Dollars.

Supersession: These instructions supersede previous Billing Instructions forCost-Reimbursement Type Contracts (July 2011).

Page 29 of 35

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. Payvee'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. Taxpayer Identification Nunber. The Payee shall include the Pay ees taxpayer identificationnumber (TIN) used by the Internal Revenue Service (IRS) in the administration of tax laws.(See IRS Web site:http://www.irs.cov/Businesses/Small-Businesses-&-Self-Emploved/Emplover-ID-Numbers-(EiNs1).

c. 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 System for Award Management(SAM) database at httpl/sam.gov and shall be paid by EFT in accordance with the terms of thiscontract See Federal Acquisition Regulation (FAR) 52.232-33(g) Payment by ElectronicFunds Transfer - Central Contractor Registration (October 2003).

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

e. Task Order Number. Insert the task/delivery order number Of Applicable). Do not includemore than one task order per invoice or the invoice may be rejected as improper.

f. Invoice/Voucher. The appropriate sequential number of the invoice/voucher, beginning with001 should be designated Contractors may also include an individual internal accountingnumber, if desired, in addition to the 3-digit sequential number.

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

h. Billing Period Insert the beginning and ending dates (day, month, year) of the period duringwhich costs were incurred and for which reimbursement is requested.

Page 30 of 35

i. Description of Deliverables. Provide a brief description of supplies or services, quantity, unitcost, and total cost

j. Work Completed. Provide a general summary description of the services performed orproducts submitted for the invoice period and specify the section or Contract Line Item Number(CLIN) or SubCLIN in the contract pertaining to the required deliverable(s).

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

I. Charqes f or 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 ofshipment.

n. For Indefinite Delivery contracts, the final invoiceivoucher shall be marked "FINAL INVOICE"or"F1NAL VOUCHER".

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

(1) Direct Labor. This consists of salaries and wages paid (or accrued) for directperformance of the contract itemized as follows:

Labor Hours CumulativeCategory Billed Rate Total Hours Billed

(2) Fringe Benefits. This represents fringe benefits applicable to direct labor and billedas a direct cost Where a rate is used indicate the rate. Fringe benefits included indirect labor or in other indirect cost pools should not be identified here

(3) Contractor-acquired property ($50,000 or more). List each item costing $50,000 ormore and having a life expectancy of more than one year. List only those items ofequipment for which reimbursement is requested. For each such item, list the following(as applicable): (a) an item description, (b) manufacturer, (c) model number, (d) serialnumber, (e) acquisition cost, (f) date of purchase, and (g) a copy of the purchasingdocument.

(4) Contractor-acquired property (under $50,000), Materials, and Supplies. These areequipment other than that described in (3) above, plus consumable materials andsupplies. List by category. List items valued at $1,000 or more separately. Providethe item number for each piece of equipment valued at $1,000 or more.

(5) Premium Pay. This enumeration in excess of the basic hourly rate. (Requireswritten approval of the Contracting Officer.)

(6) Consultant Fee. The supporting information must include the name, houdy or dailyrate of the consultant, and reference the NRC approval (if not specifically approved inthe original contract).

Page 31 of 35

(7) 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 transportationexpenses. All costs must be adequately supported by copies of receipts or otherdocumentation.)

(8) Subcontracts. Include separate detailed breakdown of all costs paid to approvedsubcontractors during the billing period.

(9) Other Costs. List all other direct costs by cost element and dollar amountseparately.

p. Indirect Costs (Overhead and General and Administrative Expense). Cite the formula (rateand base) in effect in accordance with the terms of the contract, during the time the costs wereincurred and for which reimbursement is requested.

q. Fixed-Fee. If the contract provides for a fixed-fee, it must be reimbursed as indicated in thecontract Cite the formula or method of computation. Include this information as it applies toindividual task orders as well.

(1) The NRC will withhold payment of 15% of the negotiated contract fixed-fee amountnot to exceed S100,000.

(2) If the fee withholding amount has reached $100,000, the contractor may resumebilling the NRC for the balance of its fee under subsequent invoices for workcompleted.

(3) Any fee amounts withheld by the NRC will be paid to the contractor during contractcloseout in increments, following the submission/settlement of indirect rate proposalsin accordance with FAR 52.216-8, "Fixed Fee" (JUN 2011).

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

s. Adjustments. Insert columns for any adjustments, including outstanding suspensions fordeficient or defective products or nonconforming services, for the current and cumulativeperiods.

t. Grand Totals.

3. Sample InvoiceNoucher Information

Sample InvoiceNoucher Information (Supportinq Documentation must be attached)

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

Page 32 of 35

Amount BilledCurrent Period Cumulative

(a) Direct Costs

(1)(2)(3)(4)

(5)(6)(7)(8)(9)

Direct laborFringe benefits (% of direct labor)Government property ($50,000 or more)Government property, Materials, andSupplies (under $50,000 per item)Premium pay (NRC approved overtime)Consultants FeeTravelSubcontractsOther costs

$$$

$$$$

$

$$.$.

$$.$.$.$.$

$.Total Direct Costs:

(b) Indirect Costs (provide the rate information applicable to your firm)

(10) Overhead _ % of_ _ (Indicate Base)

(11) General and Administrative (G&A)of _ (Indicate Base)

Total Indirect Costs:

$

$

$

$.

$

$.

(c) Fixed-Fee:

(12) Fixed-Fee Calculations:i, Total negotiated contract fixed-fee percent__ and amount $ii. 85% allowable fee amount $iii. Cumulative fee billed on prior invoices $iv. Fee due this invoice (not to exceed 85% of fee earned based upon

negotiated contract fee percentage) $.

Note: The fee balance withheld by NRC may not exceed $100,000.

Total Fixed-Fee:

(d) Total Amount Billed

(e) Adjustments (+/-)

$

$

$

$

$.

$

$

$(f) Grand Total

(The invoice/voucher format provided above must include information similar to that includedbelow in the following to ensure accuracy and completeness,)

Page 33 of 35

SAMPLE SUPPORTING INFORMATIONThe budget information provided below is for format purposes only and is illustrative.

Cost Elements:

1) Direct Labor - $2,400

LaborCategory

HoursBilled

CumulativeHours Billed

Senior Engineer IEngineerComputer Analyst

10050

100

Rate Total

$14.00 $1,400$10.00 $ 500$5.00 $ 500

$2,400

975465320

1,760 hrs.

2) Fringe Benefits - $480

Fringe @ 20% of Direct Salaries

LaborCateaorv

Senior Engineer IEngineerComputer Analyst

Salaries

$1,400S 500S 500$2,400

FringeAmount

$280$100$100$480

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

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

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

10 Radon tubes @ $110.006 Pairs Electrostatic g loves @ $15 0. 00

5) Premium Pay- $150

= $1,100= $ 900

$2,000

Walter Murphy - 10 hours @ $10.00 Per Hour (Reg. Pay) = $100 x 1.5 OT rate = $150(EX: Premium pay for this individual was approved and authorized under this contractby the NRC Contracting Officer by letter dated 6/1/2011.)

6) Consultants' Fee - $100

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

7) Travel - $2.640

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

Page 34 of 35

Start Date End Date Days From To Cost4/11/2011 4/7/2011 7 Philadelphia, PA Wash, D.C. $3007/11/2011 718/2011 8 Philadelphia, PA Wash, D.C. $300

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

8) Subcontractinq - $30,000

Company A = $10,000Company B $20,000

$30,000

(EX: Subcontracts for Companies A & B were consented to by the Contracting Officerby letter dated 6/15/2011.)

9) Other Costs - $5.100

Honorarium for speaker.at American Nuclear Society conference = $5,000Nuclear Planet Journal subscription fee = $100

10) Overhead Expense - $41.148

Overhead @ 40._% of Total Direct Costs

11) General and Administrative (G&A) Expense - S22.784

.,G&A @ 20% of Total Costs, excluding subcontracts and consultants

12) Fixed-Fee - $8.218

Fixed-Fee applied to Total Costs @ 5%

Fixed-Fee Calculations:

i. Total contract fixed-fee $100,000ii. 85% allowable fee $85,000iii. Cumulative fee billed on prior invoices $85,000iv. Fee due this invoice (not to exceed 85% of fee earned based upon

negotiated contract fee percentage) $8.218

Total Amount Billed $175,020Adjustments (+/-) - $8,218Grand Total $166,802

Page 35 of 35

AMENDMENT OF SOLICITATIONIMODIFICATION OF CONTRACT 1. CONTRACT 1D CODE PAGE OF PAGES

1 1 22. AM E NDM ENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

M0002 09/25/2014 _ NRR1-14-03256. ISSUED BY CODE NRCHQ 7. ADMINISTERED BY (If other than Item 6) CODE INRCHQ

US NRC - HQ US NRC - HQACQUISITION MANAGEMENT DIVISION ACQUISITION MANAGEMENT DIVISIONMAIL STOP 3WFN-05-C64MP MAIL STOP 3WFN-05-C64MPATTN FATIMA SHULER 301-287-3726 WASHINGTON DC 20555-0001WASHINGTON DC 20555-0001

8 NAME AND ADDRESS OF CONTRACTOR (No., street, county. Slate and ZIP Code) (x) 9A. AMENDMENT OF SOLICITATION NO.

See Schedule _

9B. DATED (SEE ITEM 11)

x 10A. MODIFICATION OF CONTRACT/ORDER NO.NRC-HQ-13-C-04-0055/NRC-HQ-13-C-04-0055

NRC-TO02108. DATED (SEE ITEM 13)

CODE CL ODE 09/19/2013

11. THIS ITEM ONLY APPLIES TO AMEN•MENTS OF SOLICITATIONS

[: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E] is extended. [] is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completingItems 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By

separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT

THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER If byvirtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter. provided each telegram or letter makes

reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.12. ACCOUNTING AND APPROPRIATION DATA (Ifrequired) Net Increase: $6, 000.002014-X0200-FEEBASED-20-20D099-41-J-144-J4591-252A

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACTIORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACTORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office.appropnation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

C. THIS SUPPLEMENTALAGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

X FAR 52.232-22 - Limitation of Funds

E. IMPORTANT: Contractor Z is not. [E is required to sign this document and return 0 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

001899546

TCONNEX INC

ATTN LARRY LIU

NA

MC LEAN VA 221023303

The purpose of this modification is to provide incremental funding of $6,000.00, thereby

increasing the obligated amount from $23,248.48 to $29,248.48.

Continued . . .

Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 1OA, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or pnnt)

ERIKA EAM

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED V 16C. DATE SIGNED

•n& 09/25/2014(Signature of person authorized to sign).

NSN 7540-01-152-8070

Previous edition unusable

STANDARD FORM 30 (REV. 10-83)

Prescribed by GSA

FAR (48 CFR) 53.243

IREFERENCE NO. OF DOCUMENT BEING CONTINUED 'AGE OF

CONTINUATION SHEETI NRC-HQ-13-C-04-0055/NRC-HQ-131-C-04-0055/NRC-T002/M000'2 IP2 . 2 _

NAME OF OFFEROR OR CONTRACTOR

See Schedule

ITEM NO. SUPPLIES/SERVICES QUANTITY JUNIT UNIT PRICE AMOUNT

(A) I (B) (C) (D) (E) (F)

Total TO 2 Obligated Amount: $29,248.48 (Changed)Total TO 2 Ceiling Amount: $34,403.00 (Unchanged)

All other terms and conditions remain unchanged,including the ceiling value of $68,260.00.

CHANGES FOR LINE ITEM NUMBER: 9400Obligated Amount for this modification: $6,000.00Incremental Funded Amount changed from $0.00 to

$6,000.00

Period of Performance: 11/01/2013 to 10/31/2015

NSN 7540-01-1 52-8067 OPTIONAL FORM 336 (4-86)

Sponsored by GSAFAR (48 CFRI 53.110