€¦  · web viewfor cpff term-type task orders, the number of hours identified in the task order...

180
CODE (H our) PA GE(S) until 02:00 PM localtime 20 Nov 2017 X A X B X C D E X X G F 97 -108 109 -118 X H 119 -121 mary.mezzatesta@ navy.mil RA TIN G PAGE OF PAGES 7. ISSU ED BY (Date) IM PO RT A N T -A ward willbe m ade on thisForm ,oron Standard Form 26,orby otherauthorized officialwritten notice. PreviousEdition isUnusable 33-134 STA N D ARD FORM 33 (REV . 9-97) Prescribed by G SA FA R (48 CFR)53.214(c) 1 121 (If otherthan Item 7) 15A .N A M E 16.N A M E AND TITLE OF PERSON AUTHORIZED TO AND ADDRESS SIGN O FFER (T ype orprint) OF O FFERO R AM ENDM ENT NO. DATE 15B.TELEPHONE NO (Includeareacode) 17.SIGN A T U RE 15C. CH ECK IF REM ITTA N CE A DDRESS IS D IFFEREN T FRO M A BO VE -EN TER SU CH A D D RESS IN SCHEDULE. 18.O FFER D A T E 1. TH IS CO N TRA CT IS A RA TED ORDER U N D ER D PA S (15 CFR 700) 2. CO N TRA CT N O. N 00189 8. A D D RESS O FFER TO S ee Item 7 9.Sealed offersin originaland 0 copiesforfurnishing the suppliesorservicesin the Schedule willbe received atthe place specified in Item 8,orif handcarried,in the depository located in CA U T IO N -LA T E Subm issions,M odifications,and W ithdrawals: See Section L,Provision N o.52.214-7 or52.215-1. A lloffersare subjectto allterm sand conditionscontained in thissolicitation. 10. FO R IN FORM ATIO N CALL: A . N AME (NO COLLECT CALLS) M AR Y MEZZATESTA 215-697-9691 11.TABLE OF CONTENTS SO LICIT A T IO N /CO N T RA CT FO RM SU PPLIES O R SERVICES A N D PRICES/CO ST S 1 -2 3 -8 X I CONTRACT CLAUSES D ESCRIPT IO N /SPECS./W ORK STATEM ENT X PACKAGING AND M A RK IN G 9 -67 J LIST O F A T T A CH M ENTS INSPECTION AND ACCEPTANCE D ELIVERIES O R PERFO RM ANCE 68 69 -70 X K REPRESEN T A T IO N S,CERT IFICA T IO N S A N D OTHER STATEM EN T S O F O FFERO RS CONTRACT ADM IN IST RA T IO N D A T A 71 -75 X SPECIAL CONTRACT REQUIREM ENTS O FFER (M ustbefully com pleted byofferor) 76 -78 X M L IN ST RS.,CO N D S.,A N D N O T ICES T O O FFERO RS EVALUATION FACTORS FOR AW ARD NOTE: Item 12 doesnotapply ifthe solicitation includesthe provisionsat52.214-16,M inim um Bid A cceptance Period. isinserted by the offeror)from the date forreceiptofoffersspecified above,to furnish any orallitem supon which pricesare offered atthe price setopposite each item ,delivered atthe designated point(s),within the tim e specified in the schedule. 13.D ISCO U N T FO R PRO M PT PAYM ENT (See Section I,Clause N o.52.232-8) 14.A CK N O W LEDGM ENT OF AM ENDM ENTS (T he offeroracknowledgesreceiptofam endm ents AM ENDM ENT NO. DATE to the SO LICIT A T IO N forofferorsand related docum entsnum bered and dated): FA CILIT Y 12.In com pliance with the above,the undersigned agrees,ifthisofferisaccepted within calendardays(60 calendardaysunlessa differentperiod SO LIC ITA TIO N , O FFER AN D AW ARD X (X) SEC. D ESCRIPT IO N (X) SEC. D ESCRIPT IO N PA GE(S) PART I-TH E SC H ED U LE 26. NAME OF CONTRACTING OFFICER (Type or print) 27. U N ITED STA TES O F A M E RICA 28. A W A RD D A TE EMAIL: TEL: (Signatureof Contracting O fficer) CODE CODE B. TELEPH O N E (Includeareacode) C .E-M AIL AD DRESS AW ARD (To be com pleted byGovernm ent) 19. A CCEPTED A S TO ITEM S N U M BERED 20. A M O U N T 21. A CCO U N TIN G A N D A PPRO PRIA TIO N 22. A U TH O RITY FO R U SIN G O TH ER TH A N FU LL A N D O PEN CO M PETITION : 10 U .S.C. 2304(c)( ) 41 U .S.C. 253(c)( ) (4 copiesunlessotherw isespecified) 23.SU BM IT IN VO ICES T O A D D RESS SH O W N IN IT EM 24. A D M IN ISTERED BY (If otherthan Item 7) CODE 25. PA Y M EN T W ILL BE M A D E BY CODE PA R T IV -R EPR ESEN TA TIO NS AND INSTRUC TIO NS PA R T III-LIST O F D O C UM EN TS,EXH IB ITS A N D O TH ER A TTA C H M EN TS 79 -85 PA R T II-C O N TR A C T C LAUSES N AVSU P FLC N O R FO LK C O N TR AC TIN G PH ILAD ELPH IA O FFIC E 700 R O BBIN S AVEN U E, BLD G 2B PH ILAD ELPH IA PA 19111-5083 FAX: TEL: FAX: TEL: N O TE: In sealed bid solicitations"offer"and "offeror"m ean "bid"and "bidder". SO LICITATIO N 86 -96 6. REQ U ISITIO N /PU RCH A SE N O. H 912697040A291 5. D A TE ISSU ED 27 O ct2017 4. TY PE O F SO LICITA TION SEA LED BID (IFB) N EG O TIA TED (RFP) [ ] [X ] 3. SO LICITA TIO N NO. N0018918RZ008

Upload: vudieu

Post on 09-Aug-2019

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

CODE

(Hour)

PAGE(S)

until 02:00 PM local time 20 Nov 2017

X

AX BX C

DEX

XGF 97 - 108

109 - 118X H 119 - 121

mary .mezzatesta@navy .mil

RATING PAGE OF PAGES

7. ISSUED BY

(Date)

IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official writ ten notice.Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97)

Prescribed by GSAFAR (48 CFR) 53.214(c)

1 121

(If other than Item 7)

15A. NAME 16. NAME AND TITLE OF PERSON AUTHORIZED TOANDADDRESS SIGN OFFER (Type or print)

OFOFFEROR

AMENDMENT NO. DATE

15B. TELEPHONE NO (Include area code) 17. SIGNATURE15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTERSUCH ADDRESS IN SCHEDULE.

18. OFFER DATE

1. THIS CONTRACT IS A RATED ORDERUNDER DPAS (15 CFR 700)

2. CONTRACT NO.

N00189 8. ADDRESS OFFER TO

See Item 7

9. Sealed offers in original and 0 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or ifhandcarried, in the depository located in

CAUTION - LATE Submissions, Modificat ions, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and condit ions contained in this solicitat ion.10. FOR INFORMATION CALL:

A. NAME (NO COLLECT CALLS)MARY MEZZATESTA 215-697-9691

11. TABLE OF CONTENTS

SOLICITATION/ CONTRACT FORMSUPPLIES OR SERVICES AND PRICES/ COSTS

1 - 23 - 8

X I CONTRACT CLAUSES

DESCRIPTION/ SPECS./ WORK STATEMENT XPACKAGING AND MARKING

9 - 67 J LIST OF ATT ACHMENTS

INSPECTION AND ACCEPTANCEDELIVERIES OR PERFORMANCE

6869 - 70 X K REPRESENTATIONS, CERT IFICATIONS AND

OTHER STATEMENTS OF OFFERORSCONTRACT ADMINISTRATION DATA 71 - 75 XSPECIAL CONTRACT REQUIREMENTS

OFFER (Must be fully completed by offeror)76 - 78 X M

L INSTRS., CONDS., AND NOTICES TO OFFERORSEVALUATION FACTORS FOR AWARD

NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.

is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8)

14. ACKNOWLEDGMENT OF AMENDMENTS(The offeror acknowledges receipt of amendments

AMENDMENT NO. DATE

to the SOLICITATION for offerors and related documents numbered and dated):

FACILITY

12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period

SOLICITATION, OFFER AND AWARD

X

(X) SEC. DESCRIPTION (X) SEC. DESCRIPTION PAGE(S)PART I - THE SCHEDULE

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE

EMAIL:TEL: (Signature of Contracting Officer)

CODE CODE

B. TELEPHONE (Include area code) C. E-MAIL ADDRESS

AWARD (To be completed by Government)19. ACCEP TED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified)

23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM

24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE

PART IV - REPRESENTATIO NS AND INSTRUCTIONS

PART III - LIST OF DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS79 - 85

PART II - CO NTRACT CLAUSES

NAVSUP FLC NORFOLK CONTRACTINGPHILADELPHIA OFFICE700 ROBBINS AVENUE, BLDG 2BPHILADELPHIA PA 19111-5083

FAX:TEL:

FAX:TEL:

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SOLICITATION

86 - 96

6. REQUISITION/PURCHASE NO.

H912697040A291

5. DATE ISSUED

27 Oct 2017

4. TYPE OF SOLICITATIONSEALED BID (IFB)NEGOTIATED (RFP)

[ ]

[ X ]

3. SOLICITATION NO.

N0018918RZ008

Page 2: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 2 of 121

Section A - Solicitation/Contract Form

NOTICE TO OFFERORSPOINT OF CONTACT /COMMUNICATIONThe point of contact (POC) for this DRAFTsolicitation is Mary Mezzatesta who can be reached via email at [email protected] or via phone at 215-697-9691.

CONTRACTOR QUESTIONSPotential offerors are encouraged to carefully review all DRAFT solicitation requirements and, if they have questions concerning the DRAFT solicitation, should submit one consolidated list of questions via email to POC Mary Mezzatesta at [email protected], NO LATER THAN 2:00 pm (local time/Philadelphia, PA) on 20 November 2017. The Government will review the feedback and questions received in response to the DRAFT solicitation for the development of the formal Request for Proposals (RFP). The Government anticipates release of the formal RFP during the month of January 2018.

The Government is not soliciting and will not evaluate any offeror proposals received in response to the DRAFT Solicitation

Page 3: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 3 of 121

Section B - Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0001 1 Lot

Joint Force DevelopmentCPFFSupport Services for the Joint Chiefs of Staff (JS) and components of the JS pursuant to the Performance Work Statement (PWS) requirements specified herein.

LOT 1: IDIQ 5 year ordering period - 05/01/2019, or date of award, whichever is later, through 04/30/2024. The performance period will be specified on resultant individual task orders to be issued hereunder.FOB: DestinationPURCHASE REQUEST NUMBER: H912697040A291

ESTIMATED COSTFIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0002 1 Lot

Materials/Other Direct Costs (ODCs)COSTin support of CLIN 0001.For proposal purposes Material/ODCs will not exceed $720,000 ($144,000/ year x 5 years) plus any applicable associated indirect rates.

LOT 1: IDIQ 5 year ordering period - 05/01/2019, or date of award, whichever is later, through 04/30/2024.FOB: Destination

ESTIMATED COST

Page 4: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 4 of 121

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0003 1 Lot

TravelCOSTin support of CLIN 0001.For proposal purposes Travel will not exceed $30,000,000 ($6,000,000/ year x 5 years) plus any applicable associated indirect rates.

LOT 1: IDIQ 5 year ordering period - 05/01/2019, or date of award, whichever is later, through 04/30/2024.FOB: Destination

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1001 1 LotOPTION Joint Force Development

CPFFSupport Services for the Joint Chiefs of Staff (JS) and components of the JS pursuant to the Performance Work Statement (PWS) requirements specified herein.

LOT 2: Option in accordance with FAR 52.217-8 (6 Months): 05/01/2024 through 10/31/2024FOB: Destination

ESTIMATED COSTFIXED FEE

TOTAL EST COST + FEE

Page 5: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 5 of 121

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1002 1 LotOPTION Materials/Other Direct Costs (ODCs)

COSTin support of CLIN 1001.For proposal purposes Material/ODCs will not exceed $72,000 plus any applicable associated indirect rates.

LOT 2: Option in accordance with FAR 52.217-8 (6 Months): 05/01/2024 through 10/31/2024FOB: Destination

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1003 1 LotOPTION Travel

COSTin support of CLIN 1001.For proposal purposes Travel will not exceed $3,000,000 plus any applicable associated indirect rates.

LOT 1: IDIQ 5 year ordering period - 05/01/2019, or date of award, whichever is later, through 04/30/2024.FOB: Destination

ESTIMATED COST

Page 6: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 6 of 121

LEVEL OF EFFORT (COST TYPE CONTRACT) (MULTIPLE AWARD IDIQ)

(a) This contract is one of a set of Multiple Award Contracts (MAC). The Estimated Total Hours to be ordered under this MAC program during the program’s ordering period is based upon the following level of effort:

Personnel Resource Band/Labor Categories (Allocated Labor Hrs)

Year 1 Year 2 Year 3 Year 4 Year 56 MonthOption TOTAL

Program Management 22,000 22,000 22,000 22,000 22,000 11,000 121,000Labor Cat: Program Manager I 21,500 21,500 21,500 21,500 21,500 10,750 118,250Labor Cat: Program Manager II 500 500 500 500 500 250 2,750

Year 1 Year 2 Year 3 Year 4 Year 56 MonthOption TOTAL

Program/Project Supervisor 48,989 48,989 48,989 48,989 48,989 23,682 268,627Labor Cat: Project Supervisor 41,989 41,989 41,989 41,989 41,989 20,182 230,127Labor Cat: Warehouse Supervisor 3,500 3,500 3,500 3,500 3,500 1,750 19,250Labor Cat: Facility Operation And Maintenance Supervisory Support

3,500 3,500 3,500 3,500 3,500 1,750 19,250

Year 1 Year 2 Year 3 Year 4 Year 56 MonthOption TOTAL

Analysts 333,664 333,664 333,664 333,664 333,664 165,828 1,834,148Labor Cat: Analyst I Specialist 110,554 110,554 110,554 110,554 110,554 55,279 608,049Labor Cat: Senior Analyst II Specialist 111,554 111,554 111,554 111,554 111,554 55,279 613,049Labor Cat: Senior Analyst Specialist III 111,554 111,554 111,554 111,554 111,554 55,279 613,049

Year 1 Year 2 Year 3 Year 4 Year 56 MonthOption TOTAL

Operational Support 450,722 450,722 450,722 450,722 450,722 224,356 2,477,966Labor Cat: Operational Specialist I 148,308 148,308 148,308 148,308 148,308 74,154 815,694Labor Cat: Operational Specialist II 115,396 115,396 115,396 115,396 115,396 56,698 633,678Labor Cat: Senior Operational Specialist III

155,818 155,818 155,818 155,818 155,818 77,909 856,999

Labor Cat: Warehouse Technician 14,560 14,560 14,560 14,560 14,560 7,280 80,080Labor Cat: Graphics Operations Support 4,160 4,160 4,160 4,160 4,160 2,080 22,880Labor Cat: Mailroom Services 4,160 4,160 4,160 4,160 4,160 2,080 22,880Labor Cat: Supply Store Operational Support

4,160 4,160 4,160 4,160 4,160 2,080 22,880

Labor Cat: Facility & Maintenance Ops Support

4,160 4,160 4,160 4,160 4,160 2,080 22,880

Year 1 Year 2 Year 3 Year 4 Year 56 MonthOption TOTAL

Technical Support 394,162 394,162 394,162 394,162 394,162 195,576 2,166,386Labor Cat: Technical Specialist I 65,694 65,694 65,694 65,694 65,694 32,596 361,066Labor Cat: Technical Specialist II 65,694 65,694 65,694 65,694 65,694 32,596 361,066Labor Cat: Senior Technical Specialist III

65,694 65,694 65,694 65,694 65,694 32,596 361,066

Labor Cat: Technical Specialist IV Cybersecurity Level I

65,694 65,694 65,694 65,694 65,694 32,596 361,066

Labor Cat: Technical Specialist V 65,694 65,694 65,694 65,694 65,694 32,596 361,066

Page 7: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 7 of 121

Cybersecurity Level IILabor Cat: Technical Specialist VI Cybersecurity Level III

65,694 65,694 65,694 65,694 65,694 32,596 361,066

Year 1 Year 2 Year 3 Year 4 Year 56 MonthOption TOTAL

Functional Support Specialist 128,318 128,318 128,318 128,318 128,318 63,258 704,848Labor Cat: Functional Specialist I 8,320 8,320 8,320 8,320 8,320 4,160 45,760Labor Cat: Functional Specialist II 59,999 59,999 59,999 59,999 59,999 29,549 329,544Labor Cat: Functional Specialist III 59,999 59,999 59,999 59,999 59,999 29,549 329,544

TOTALS 1,377,855 1,377,855 1,377,855 1,377,855

1,377,855 683,700 7,572,975

(b) For the purposes of paragraph (e) below, the Estimated Total Hours shall be the number of hours associated with the base ordering period as increased by the number of hours associated with any exercised option ordering periods.

(c) Use of uncompensated overtime is not encouraged. Uncompensated overtime is defined in FAR 52.237-10 as “the hours worked without additional compensation in excess of an average of 40 hours per week by direct charge employees who are exempt from the Fair Labor Standards Act. Compensated personal absences such as holidays, vacations, and sick leave shall be included in the normal work week for purposes of computing uncompensated overtime hours.” The Estimated Total Hours identified above exclude holidays, sick leave, vacations and other employee absences.

(d) CPFF task orders resulting from task order solicitations will be primarily term type; however, the Government reserves the right to issue completion type orders, if appropriate. The number of hours expended per month under each resulting term-type task order shall be commensurate with the pursuit of performance of the task order’s statement of work, provided that such fluctuation does not result in the utilization of the task order hours prior to the expiration of the task order. The number of hours for any labor category may be utilized by the contractor for any other labor category if necessary in performance of the contract.

For CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall be considered against the MAC program’s Estimated Total Hours. For CPFF completion-type task orders, the hours proposed (including any hours to be performed by a subcontractor) shall be considered against the MAC program’s Estimated Total Hours.

(e) The Contracting Officer may place orders in excess of the MAC program’s Estimated Total Hours until the MAC program’s total estimated cost has been expended. The Contracting Officer may also place orders in excess of the MAC program’s total estimated cost until the MAC program’s Estimated Total Hours have been expended. In no event, however, will the Contracting Officer, pursuant to this paragraph (e), place orders in excess of the MAC program’s Estimated Total hours if the Contracting Officer has placed orders in excess of the MAC program’s total estimated cost. Nor will the Contracting Officer, pursuant to this paragraph (e), place orders in excess of the MAC program’s total estimated cost if the Contracting Officer has placed orders in excess of the MAC program’s Estimated Total Hours. The Contracting Officer may extend the MAC contracts’ periods in order to place orders up to the MAC program’s total estimated cost and the Estimated Total Hours.

(f) If at any time during this contract the contractor expends in excess of 85% of the available estimated manhours of direct labor (at the individual contract and task order levels), the contractor shall immediately notify the Contracting Officer in writing. Nothing herein shall be construed to alter or waive any of the rights or obligations of either party pursuant to the clause entitled “Limitation of Cost” and/or “Limitation of Funds.”

(g) For any resultant fixed-price task orders, the hours proposed (including any hours to be performed by a subcontractor) shall be considered against the MAC program’s Estimated Total Hours.

Page 8: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 8 of 121

(h) It is understood and agreed that for each CPFF task order issued under this contract, the number of hours and the total dollar amount for each labor category specified in the task order are estimates only and shall not limit the use of hours or dollar amounts in any labor category which may be required and provided for under an individual task order. Accordingly, in the performance of any CPFF task order, the contractor shall be allowed to adjust the quantity of labor hours provided for within labor categories specified in the order provided that in so performing the contractor shall not in any event exceed the ceiling price restrictions of any order, including modifications thereof.

PAYMENT OF FIXED FEE UNDER CPFF TASK ORDERS (MULTIPLE AWARD INDEFINITE DELIVERY, COST PLUS FIXED FEE TASK ORDERS)

(a) This contract is one of a set of Multiple Award Contracts (MAC). The fixed-fees established in the individual contracts are estimates only. The total Fixed Fee to be paid under any individual contract is the sum of the Fixed-Fees identified in any resultant CPFF task orders awarded to the individual contract holder. Fixed-price task orders do not impact the total fixed-fee to be paid under this clause.

(b) For CPFF task orders, the Government shall make monthly payments at the fixed fee payout rate established in accordance with paragraphs (1) and (2) below, for each task order direct labor hour invoiced by the contractor. The CPFF task order fixed-fee and fixed-fee payout rates shall be established as follows:

(1) Non-Competitive CPFF Task Orders - The fixed fee payout rate for non-competitive task orders to be paid under any individual task order will be the hourly fee rate determined by dividing MAC solicitation’s Estimated Total Hours by the individual contractor’s proposed fixed fee for the award of the MAC contract. The task order fixed-fee shall be calculated by multiplying the task order level of effort by the below hourly fixed-fee payout rates –

Fixed Fee Proposed * Total Est Level of Effort** Fixed Fee per Hour*** Lot 1 (5years) To be specified at time of award 6,889,275 */6,889,275Lot II ( 6 Mos) To be specified at time of awar 683,700 */683,700

* To be completed at time of award using the proposed fixed fee dollar amount **Represents the total estimated level of effort for each Lot***To be completed at time of award. The Fixed Fee per hour rate is calculated by dividing the fixed fee amount by the estimated level of effort for each Lot

(2) Competitive CPFF Task Orders – The fixed-fee for competitive task orders shall be established by the competitive solicitation process. The maximum fixed fee percentage an individual contractor shall quote in response to any competitive CPFF task order solicitation is the fixed fee percentage that contractor proposed for the award of the MAC contract calculated in the same manner used for the proposal for the contract. However, the contractor is free to propose a lower fee percentage rate than that contractor proposed for the award of the MAC contract. The fixed fee payout rate under each competitive CPFF task orders shall be calculated by dividing the proposed fixed fee amount for that task order by the task order’s estimated level of effort.

(c) If substantially fewer than the estimated hours established in any task order are employed in the performance of that task order, then the fixed fee amount for the task order shall be equitably reduced to reflect the reduction of work.

(d) All payments shall be in accordance with the provisions of FAR 52.216-8, “Fixed Fee,” and FAR 52.216-7, “Allowable Cost and Payment.” The total of all such payments shall not exceed eighty-five (85%) percent of the fixed fee specified under each applicable delivery/task order. Any balance of fixed fee due the contractor

Page 9: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 9 of 121

shall be paid to the Contractor, and any over-payment of fixed fee shall be repaid to the Government by the Contractor, or otherwise credited to the Government at the time of final payment.

Page 10: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 10 of 121

Section C - Descriptions and Specifications

PERFORMANCE WORK STATEMENT

C.1 Introduction

The goal and immediate requirement of this Performance Work Statement (PWS), also known as a Performance-Based Work Statement (PBWS), is to make available and provide contractor support in the form of non-personal services across the entire enterprise of the Joint Chiefs of Staff (JCS or simply JS) and components of the JS such as Chairman Controlled Activities (CCA). These will hereafter be referred to as JS. It is anticipated the preponderance of requirements will be generated by the Director J7, whose mission is to develop and enable trained, ready, and adaptable joint and coalition forces for the regional and functional Combatant Commanders.

C.2 Background

On 01 April 2014, under the sponsorship of Director, Training Readiness and Strategy, Office of the Deputy Assistant Secretary of Defense (Readiness), the Fleet Logistics Center Norfolk, Philadelphia Contracting Office, awarded the first, five-year, Joint Force Development (JFD) Multiple Award Contract (MAC). On 30 April 2019 the ordering period for the JFD MAC will end. This contract is tailored to replace and expand the support to include the entire Joint Staff and the organizations for which it has oversight, while continuing to support the successor requirements of the current JFD MAC without an interruption in mission support.

Sponsorship for this next generation of the JFD MAC, titled the Joint Staff Multiple Award Contract (JS MAC), has transitioned from OSD P&R (TRS) to the Joint Staff.

Traditionally, the CCDRs’ force development requirements stem from their respective, deliberate Joint Training Plans (JTPs), areas of training interest identified by the Chairman of the Joint Chiefs of Staff, and the evolving threats associated with emergent real-world events. While the ability to shape and control the battle space continues to be of paramount interest and the immutable core responsibility, the contemporary warfighter has a growing presence in the roles of humanitarian assistance, disaster relief, and regional stability operations. Whether in a hostile or other environment, joint force development encompasses roles in which the warfighter will not operate alone, but in concert with personnel and resources from other government agencies, multinational coalition forces, and local authorities.

For the sake of clarity in this PWS, the use of the terms “warfighter” and “force” are considered synonymous and interchangeable. “Warfighter” should not be misconstrued as limited solely to a combatant role. It embraces all of the potential roles and capabilities U.S., Joint, Service, coalition participants, as well as any other members of a training audience bring to a training event. In like manner, the term “training event” encompasses training exercises because all training exercises are training events, not all training events are training exercises; Staff Assist Visits (SAV) and in-residence classroom courses are examples of training events that are not exercises. Similarly, the description, “contracts” is used and may be inclusive of the foundational contract document as well as the subset of more specific requirements that are task orders (TOs). Some reference materials allude to “contracts and task orders” as if to suggest inaccurately that task orders are not contracts. Task orders do not stand alone. They spring from and amplify the requirements of their associated basic contract. Finally, for the sake of clarity, except as required at the start of a sentence, when Contractor is written with a capital “C” is refers to the company as an entity and employer. Reference to Contractor should be interpreted to include the Prime Contractor and all of the Subcontractors that together comprise the team. When contractor, or subcontractor, is written entirely in lower case, it refers to an individual or employee of a company. Occasionally to conserve space in areas such as tables the word “contractor” may be abbreviated as “CTR.”

C.3 Objective

The primary result (i.e., cumulative objective a.k.a. end-state) of this non-personal-services contract is to provide the Joint Staff enterprise with a wide spectrum of cost-effective and temporary contractor support necessary to successfully accomplish a broad range of mission responsibilities; from advising the President of the United States

Page 11: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 11 of 121

on military matters to providing the requisite training and limited operational support necessary to advance (i.e., improve and expand) the warfighter’s ability to adapt to and overcome an ever-evolving threat environment. This is warfighter development portion is accomplished through varying combinations of, education (academics),research, training, assessment, experimentation (solutions to warfighter challenges) and infrastructure that are the necessary foundation for learning (defined as correct and predictable adaptive behavior) to occur. This contract and its respective TOs are intended to provide continuously adaptive support for non-inherently governmental staff functions, as well as training and real-world operations across the boundary that separates the two. The warfighter development portion is accomplished through (1) the integration of joint training, lessons learned, concept development, validated solutions and doctrine, (2) the training and development of Interagency and multinational capabilities, (3) enhancement of joint and multinational training, (4) the provision of global joint and multinational operations support to meet the present and future operational needs of the joint and coalition forces, and (5) Joint Training Core Support that enables the JS to accomplishment the training support functions. Because this contract is the successor to existing support in various phases of maturity, inherent in the accomplishment of the objective is the requirement for as seamless a transition as possible between the contract vehicles without a gap in support.

C.4 Scope

The scope of this performance-based, non-personal services staff, joint training, and operations support contract includes the full spectrum of contractor-supported tasks necessary to facilitate the successful mission accomplishment of the JS enterprise, with anticipated emphasis on the traditional JFD operations support tasks required in the conduct of simulated and real-world events (local, remote, distributed, live, virtual, and constructive; friendly, neutral, and threat forces). These tasks include, but are not limited to: cybersecurity, exercise and event design, planning, execution and analysis, concept development, capabilities and solutions, planning, scheduling, logistics, modeling, simulation architecture design, simulation model management and operations, around-the-clock simulation pipeline operations, intelligence, scenario development, database builds and tests, distributed learning, courseware development, event response and control cells, assessment, and facility operations, as well as development of future joint training environments, and the test and evaluation of proposed new equipment using the existing joint training environment resources. As they have for two decades, the joint force trainer (JFT) and joint force development (JFD) missions support U.S. and multinational joint training audience requirements globally.

While training in the form of joint, multinational, and interoperability, is expected to represent the majority of the effort, the capabilities of this contract are not limited exclusively to the training and support necessary to accomplish warfighter and training audience development. During the period of performance of this contract it is anticipated task orders will be generated wherein the Contractor will conduct research and development (R&D), engineering, and technical services to produce experiments leading to new concepts and prototypes which may ultimately result in solutions to warfighter challenges and capabilities that strengthen the effectiveness of the warfighter to deal with threats or changes in operational realities such as budget. The Contractor may be tasked to support specific tasks and provide deliverables, which explore, test, evaluate, and then establish new combinations of concepts, capabilities, people, and organizations. These prototypes are intended to improve near-term threat-defeating capabilities. The end result of the experiments will be actionable recommendations that result from collaborative experimentation with new concepts and capabilities delivered as quickly as within one to five years.

The scope of this contract must be broad enough to encompass the potential for a worse-case scenario, such as transferring the support requirements to a stand-alone Chairman’s Controlled Activity (CCA), such as was the case in the late 1990s. Should the organizational transition to a CCA occur prior to or during the period of performance of this contract, this contract will be available to and encompass the requirements of the CCA. In the event of the establishment of a CCA, it is anticipated TOs will be generated requiring the Contractor provide support for infrastructure and day-to-day business-operations sustainment functions. These Information Technology (IT) and business operations functions provide an efficient, cost-effective, single source for the commonly shared activities necessary to conduct the normal, daily operations; such as, but not limited to, information technology, information security and local area networks, mission facilities support, property accountability, financial, and contracts management support activities. As with the other TOs, successful accomplishment of this support will be in accordance with the performance standards specified in the individual and respective TO. For the purpose of developing vendor teams, some requirements will not be included as TOs. Examples of these excluded functions are

Page 12: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 12 of 121

physical security (such as guard and armed escort services), training of weapons systems, providing facility spaces and maintenance, utilities, locksmith and culinary services.

The new JS MAC will run in parallel with the contract it replaces during a transition period lasting up to an anticipated twelve months. This transition will include a phase-in or ramp-up period for the new contract (security clearances, visit requests, indoctrination training, badging, and the like) concurrent with competition for new TOs, as well as the phase-out of the existing contract TOs. The transition from the existing Contractors to the follow-on Contractors will be performed in such a manner as to preclude, or minimize, disruption of contractor support in the execution of the planned tasks. As in the past, this will represent a challenge for all teams to conduct the transition with the minimum duplication of effort. During the phase-in of this effort and the phase-out of the existing contract, all teams will operate in accordance with the transition plans generated by the Prime Contractors and approved by the Government Contracting Officer (KO). Central to the success of a transition plan are steps to ensure the investment and advances made in Training Transformation (T2) are not lost. This requires a broad range of Contractor actions resulting in simultaneous execution of a myriad of tasks with the results dependent upon the aggregate rather than each specific task. The national and international customer base for the JS MAC is expected to evolve as the threat to national security and national defense changes. It is anticipated the demand will also increase for training subject matter expertise at the federal, state, and international levels from those of the existing JFD MAC.

Experience gained from each successive support contract, prompts a widening of the scope of support, for it is from the scope that subsequent, competitively-awarded TOs are based. Some TOs may be competed on an annual basis, while others, because of the production life-cycles, may be for a competitively-awarded base period with option periods. These TOs draw from combinations of capabilities associated with the eleven functional areas: (1) Collective Joint Training; (2) Integrated Joint Training Enablers (3) Joint Individual Training; (4) Joint Lessons Learned; (5) Joint Doctrine; (6) Joint Training Concepts; (7) Joint Training Operational Support; (8) Joint National Training Capabilities (JNTC); (9) Irregular Warfare (IW); (10) Higher Headquarters Executive-Level Support; (11) Joint Training Core Support. These functional areas comprise the integral parts of the support required by the JS enterprise and sundry other customers in the execution of the training, or short-term training-related augmentation operational support, necessary to accomplish the operational mission. Requirements are not static. During the contract ordering period, the evolution or reassignment of the joint training and operations support missions, out-of-cycle training requests, fiscal constraints, process efficiencies, and changes in the customer base may involve growth, reduction, or even the elimination of requirements.

The Contractor teams selected for this contract will be known collectively as the Joint Support Team (JST), purposely done to create an environment that supports the cooperation between the customer organizations and the various companies that may comprise the JST. Successful mission accomplishment will require the full participation and cooperation of the Government Contracting Authority and Contractor teams selected to support this contract in conjunction with team members from the JS and other customer organizations, Commands, companies, academia, and countries. The Contractor is responsible for providing all personnel, equipment, tools, materials, supervision, initial training for task performance, as well as other items and non-personal services necessary to perform joint training and operations support as defined in this contract except as specified in section C.8 or the respective Government Furnished Material (GFM) and Government Furnished Equipment (GFE) section of a TO, which describes equipment and material provided by the Government when the place of performance is at a government facility. In instances where the Government introduces new equipment (not legacy software upgrades) or new qualification standards requiring training certifications, the Government is responsible for determining the numbers to be trained and providing the initial training. After the initial training phase the Vendors are responsible for providing trained and where required, certified personnel. Furthermore, the scope of contract support may require annual, mandatory online training. The Government will publish the list of required courseware and the completion dates. The Contractors may invoice the prescribed labor hours against their specific contract for only those Government-identified courses. The Prime Contractor will track and report the completion percentage for their collective team.

The sponsor’s guidance is to establish a MAC that enables use by the entire Joint Staff enterprise, as well as leaving the possibility open for extending support to include providing training support and augmentation to non-joint staff DOD organizations; U.S. Government entities, and multinational partners. These extended partners share common

Page 13: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 13 of 121

bonds with the traditional JS core mission. Every partner has a training requirement that can be enhanced by the capabilities and corporate experience acquired over two decades of providing training and analyses. Furthermore, depending on the operational environment, every one of the partners will be involved in some level of interoperability. A long-held guiding principle is to “train like we fight.” Extending the scope to include the possible interface with varying combinations of the partners embraces the training guidance. This contract defines and continues the evolution of the tasks the Contractor is expected to accomplish for the JS enterprise and other customers to successfully execute the complete spectrum of roles associated with development, preparedness, and support of the respective training audience. JS J7 retains the role and responsibilities of Joint Force Developer. This is defined as providing military and civilian personnel with the education and training required to develop capabilities, skill sets, tools, TTPs (Tactics, Techniques, and Procedures), and processes necessary to successfully accomplish their missions. This contract is intended to allow for the development of a complete spectrum of TOs designed to support non-inherently governmental functions for the JS, while simultaneously supporting concept development, experimentation, training environment development, lessons learned, and doctrine, as well as training. It also provides for short-duration augmentation of real-world operations by trained contractor subject matter experts, capable of supplementing a unit’s capability gaps while providing the requisite education and training for the incoming government, military and civilian augmentees.

The Foreign Military Sales (FMS) program is a form of security assistance authorized by the Arms Export Control Act (AECA), as amended [22 U.S.C. 2751, et. seq.] and a fundamental tool of U.S. foreign policy. Under Section 3, of the AECA, the U.S. may sell defense articles and/or services to foreign countries and international organizations when the President formally finds that to do so will strengthen the security of the U.S. and promote world peace. The Secretary of State determines which countries will have programs. The Secretary of Defense executes the program. Under FMS, the U.S. Government and a foreign government enter into a government-to-government agreement called a Letter of Offer and Acceptance (LOA).

It is the intent of this PWS to also provide Foreign Military Sales, Services, and/or Training (FMS) support to the JS foreign military and international partners. These requirements are within the scope of this PWS and will be further defined at the task order level.

C.5 Ordering Period

The base contract will consist of a single lot having an ordering period of, 01 March 2019 through 30 April 2024. The overall ordering period may be extended in accordance with FAR Clause 52.217-8 for an additional 6 months at the discretion of the US Government. The period of performance (PoP) for the individual TOs will be determined and identified at the TO level, based upon the type of funds used and the nature of the work performed. All O&M-funded Task Orders will be a maximum period of performance of 12-months in duration for the base-year lot and 12-months duration for each subsequent option-year lot on the TOs. Research and Development (R&D) funded TOs are the exception; they may have a base-year period of performance lot that are a maximum of 24-months in duration, and 24-months duration for each subsequent option-year lot on the TOs. Options, if contemplated, will be established at the time of the TO solicitation if deemed appropriate by the requiring official, Task Order Contracting Officer’s Representative (TO COR), and ultimately by the KO for the level of effort and deliverables being purchased. The Government anticipates that the inclusion of option periods at the TO level will be the norm. At the same time, Government exercise of an option should not be taken for granted.

C.6 General Information This contract provides a vehicle for support to a myriad of JS and Coalition customers through the execution of a variety of tasks identified in this PWS. The JST support is intended to enable, in the aggregate, the completion of those tasks that results in the success of the various elements of the roles the JFD has as its assigned responsibilities. The non-personal services approach to the performance of the contract requires the Contractor to be a member of the team, without being a member of the staff, providing the technical and other subject matter expertise necessary to meet the programs, priorities and task changes as a routine process; made simple through the use of Contractor composite teams and various configurations of personnel, facilities and equipment. There are three basic types of joint education and training support tasks: (1) tasks that are conducted locally and distributed to participants worldwide, (training and experimentation), (2) tasks that are conducted at remote sites primarily on behalf of

Page 14: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 14 of 121

Combatant and Functional Commanders at various global locations, and (3) tasks involving functions necessary to enable and sustain the operation of the JS enterprise organization and satellite locations. There will be tasks in which government personnel are responsible for the majority of production with the JST in the remaining supporting roles. In some cases, another Contractor may be participating as a team member to accomplish the JFT event without becoming a member of the JST; for examples a Contractor retained temporarily to provide food services or a consulting subject matter expert for an event. The expectation of this MAC is an increased level of competition and innovation among offerors resulting in a reassessment of best value that remains in step with emerging requirements and technology.

As a general rule, the intent of this contract is to define the result (what needs to be done) and allow the JST to provide the method (how the task is to be done); providing the Contractor maximum flexibility to devise the best method to accomplish the required result. Some tasks, ranging from simulation network operators to information assurance technical support for examples, will require Government-mandated qualifications, which should not be perceived as infringing on the “how.” The Contracting Officer (KO) will designate in writing a Contracting Officer’s Representative (COR) and one or more Alternate Contracting Officer’s Representative(s) (ACORs) to assist with the execution of the basic contract with each Vendor. As with the JFD MAC, it is anticipated that each task order will have a Task Order (TO) COR designate. This will ensure the respective requiring official has a local representative who is trained, qualified, and appointed by the KO to execute the provisions of the task order. Customer requiring officials outside the Joint Staff will be responsible for obtaining their own payment office. They will be responsible for security matters germane to their respective task orders, such as visit requests, building access, DD254 guidance, CAC, and special access programs. In addition, they will be responsible for local orientation and indoctrination training, LAN access, and identifying mandatory contractor training. Every effort is being made to differentiate between TO COR and ACOR, in terms of the execution of the basic contract and TO CORs, who are responsible for monitoring the execution of the task orders for the basic contract COR. For the sake of simplicity in this PWS, when the TO COR is specified it includes the ACOR in the TO COR’s absence or for assigned or delegated functions. Occasionally, some task orders may be so large or diversified in their execution that a TO COR needs to identify one or more Technical Assistants (TA) to monitor and facilitate execution of the TO, as well as provide feedback documentation on Contractor performance as part of the input for the annual Contractor Performance Assessment Reporting System (CPARS). Because TAs exercise similar communication and monitoring responsibilities and limitations as TO CORs the TAs should be designated in writing by the TO COR. This appointment of duties and responsibilities will be conveyed to the Prime Contractor Program Manager (PM). Another term used in this contract is “requiring official.” The requiring official is collective term for the government person, or persons, with sufficient subject matter expertise to be responsible for identifying the technical requirements and technical evaluation criteria. The requiring official drafts the TO acquisition package and submits it to the Contracting Authority via the respective acquisition process. The requiring official defines “what needs to be accomplished.” The Vendor or Quoter, as appropriate, defines “how they propose to accomplish the contract.”

Historically, the majority of joint training was referred to as exercises. Over time, in an effort to be more precise, the joint training milestones became collectively referred to as events. Restated, all joint training exercises are events, but not all joint training events are exercises. An anticipated summary list of Operations-supported events by FY over the life of the contract may be found in the Collective Joint Training function discussion presented later and titled, “Anticipated Workload and Projected Event Plan.” The more-detailed, version will be provided as an appendices at the task order level of this contract.

Other schedules will be contained or linked within the respective TO. The events are primarily in support of Regional Combatant and Functional Commanders Joint Training Plans (JTPs), Joint Task Force (JTF) training and mission rehearsals for contingencies worldwide, Partnership for Peace (PfP), Allied Command Transformation (ACT) events, and Senior Leadership events. While these are expected to remain the central JFT focus, the previous enterprise support contracts have experienced significant changes in requirements necessitating flexibility, agility, and innovation. It is essential that the Contractors understand the range and depth of the JFD responsibilities as JFT, Doctrine developer, and Lessons Learned manager, and are prepared to support the mission in all phases as active members of the team. The Government will provide initial training on new requirements, such as a new simulation or level of effort reporting process. This initial training is intended to train a cadre of contractor trainers. The Government, as represented by the KO, or COR; or TO COR, will determine the manner and number of contractors to receive the initial training. Contractors shall be responsible for preparation and training of their work force

Page 15: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 15 of 121

following the aforementioned initial training and the training of their employees on existing systems (hardware and software) required in order to accomplish the JFD mission. This contract encompasses all potential training and technical requirements and usage across the entire Joint Staff Enterprise (to include all directorates).

C.6.1 Common Elements Applicable to All Functional Areas

C.6.1.1 Contractor Personnel Performance Capabilities and Qualifications.

C.6.1.2 Contractor Personnel Education and Training Requirements. In order to perform to the standards of this contract, members of the JST shall be at least minimally competent and proficient on the hardware and software applications necessary to perform their responsibilities at the position and level for which they are assigned. As stated, the Government will not be responsible to provide initial training on versions of existing production-related hardware and software to meet satisfactory competency and proficiency levels of individuals, such as new hires, or in preparation for the assumption of TO responsibilities. The Government is aware that in the course of executing a TO after the performance date, some skill sets, such as the operation of Modeling & Simulation (M&S) hardware, require periodic refresher training to maintain proficiency or prepare for event tests. Additionally, during the life of the contract, to the extent contractor personnel are required by the Government to be educated and trained in the following listed areas, the training will be addressed, included, and provided for under task orders:a. Government-mandated initial or organization-wide refresher training, such as that offered and tracked via a defined process such as JKO (Joint Knowledge Online) for example, Information Security and Counter-terrorism.b. New government-provided software will require initial education and training for a select group prior to the Contractor conducting wholesale installation testing and training for new releases of simulation software and integration services. c. Program changes and future operations (i.e., training for concepts, applications, and equipment not yet included, developed, or integrated into the various JFD JFT events).d. Sustainment training (i.e., training necessary to remain current and proficient with respect to operations, doctrine, and technology).e. Event and program specific training (i.e., training, over and above standard (baseline) set identified by the Government to accomplish the generic JFD training mission. This tailored, augmented training is necessary for accomplishment of a specific event or the integration of multiple events into a single exercise or event).

C.6.1.3 Except where specific qualification standards are identified in the TOs, it is the Contractor’s responsibility and prerogative to develop their own internal qualification programs and processes to ensure they have sufficient capability and capacity to meet the quality requirements of the TO products and services.

C.6.1.4 Contractor Orientation. The Contractor is responsible for providing employees to work under this contract that are indoctrinated with regard to the JS and its operations, or that of the government customer generating the task order requirements. For example, such indoctrination covers the minimum following areas:a. The JS mission and Contractor role b. JS organization and their roles and responsibilitiesc. JS priorities, principles, processes and administrative procedures d. Overview of common hardware and software in use for mission accomplishment e. Quality and process improvement methodologiesf. Physical and information security g. Facilities orientationh. Conservation of resources, such as utilitiesi. Government inventory and property management policies and processesj. Emergency and inclement weather procedures

This indoctrination is the responsibility of the Contractor, and shall not result in direct charge to the contract or its task orders there under.

C.6.2 Quality Control

Page 16: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 16 of 121

C.6.2.1 Quality Control Plan (QCP). The Contractor shall develop and maintain an effective quality control (QC) program to ensure services are performed in accordance with this contract. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of unsatisfactory products and services. The Contractor’s QC program is the means by which he assures himself that his work complies with the requirements necessary for the successful execution of the awarded TO and an acceptable level of quality for the products and services delivered. Within thirty days of receipt of the initial TO, or as specified in the initial TO, the Contractor shall submit a QCP, to the TO COR for review and comment. The TO COR has been designated as the Government Quality Assurance Evaluator. The QCP shall identify the procedures that the Contractor shall implement to ensure the successful completion of tasks to be identified in the TOs to be issued hereunder. The TO COR will provide any pertinent comments and questions within 10 days of receipt of the contractor’s QCP. Within thirty days of receipt of the TO COR’s comments, the Contractor shall provide a finalized QCP to the TO COR. The Contractor shall implement and modify, as necessary, the procedures specified within the QCP to ensure the provision of services that will produce the desired outcomes and result in performance of work within the required standards. At a minimum, the Contractor’s QCP shall address:

C.6.2.2 Procedures to establish and comply with the Government’s baseline training requirements. These procedures include: identifying adjustments to required subjects, qualification levels, required time for exercise augmentee training, training on the conduct site surveys, training on event simulation systems and control techniques.

C.6.2.3 Procedures for sustainment of event-support proficiency and resolution of identified capability deficiencies.

C.6.2.4 Procedures to be implemented to ensure successful completion of tasks identified within a TO’s PWS.

C.6.2.5 Procedures to be implemented to ensure contractual requirements and deliverables are met and are provided in a timely manner.

C.6.2.6 Procedures to be implemented to ensure that tasks are completed in a cost efficient manner.

C.6.2.7 Procedures to be implemented to ensure that the Contractor’s work force, level of effort and labor mix, is effectively managed to ensure that tasks are completed in an efficient and effective manner.

C.6.2.8 Procedures to be implemented to ensure the tracking of labor hours expended in the correction or replacement of work that has not met contract requirements.

C.6.2.9 Procedures to ensure control of keys issued to Contractor employees. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas, as well as reporting missing keys.

C.6.2.10 Procedures to be implemented to ensure lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations.

C.6.2.11 After acceptance of the QC plan the Contractor will receive the Contracting Officer’s acceptance in writing of any proposed change to his QC system.

C.6.2.12 If successful execution of a TO requires a more detailed QCP than that submitted for the basic contract, the modification will be submitted to the TO COR, who will obtain the KO’s acceptance.

C.6.2.13 Procedures to ensure services provided and products delivered comply with the Government security, section 508 and architecture requirements.

C.6.3 Quality AssuranceC.6.3.1 Quality Assurance Surveillance Plan (QASP). The Government will evaluate the Contractor’s performance under this contract in accordance with the QASP. This plan is primarily focused on what the Government must do

Page 17: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 17 of 121

to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). The Government will consider the technical content and accuracy of deliverables and work products, product and task quality, timeliness, cost management, and other aspects of contract management, as well as any other aspects of performance as defined in FAR 42.1501. The Contractor is responsible for the analysis of results based upon quantitative and qualitative data collected as defined in the Quality Assurance Plan and the Government will assess the outcome and use this information in the evaluation process in assessing Contractor performance.

C.6.3.2 Government Remedies: The KO will follow the applicable remedies contained in the clauses and provisions of the contract for Contractor’s failure to perform satisfactory services or failure to correct non-conforming services.

C.6.4 Place of Performance.

C.6.4.1 The work required under this contract is envisioned to be primarily accomplished at the JS Pentagon and the JS facilities in Suffolk, Norfolk, and Fort Eustis, Virginia, and other government sites around the world, and at Contractor sites. Based on the requirements of the specific TO, the Contractor will be responsible for establishing Information Technology (IT) architecture to provide NIPRNET capabilities for a seamless and responsive off-site TO support. Dependent on the TO requirements, the Contractor may be responsible for SIPRNET connectivity as well. Because of the security requirements and costs to the Government associated with the TO, the Contractor may be required to work temporarily or for the duration of the TO, at the JS government site as well as other government and non-government sites in CONUS or OCONUS, such as Regional Combatant and Functional Commanders headquarters and in support of the Joint Staff and other customers. Due to a number of factors Contractor support may be split between government and non-government sites. Furthermore, support requirements may include areas designated by the State Department as qualified for Danger Pay and in which armed aggression is present and may be considered War Zones. Access to the Government’s facilities and services shall be coordinated with the TO COR. The Contractor shall be responsible for tracking the locations of their personnel and maintaining recall or notification processes. C.6.4.2 As a rule, event execution involving travel is expected to be of short duration (30 days or less) and funded by the Government. Government approval for contractor travel is the responsibility of the TO COR or Technical Assistant (TA). Some task orders will require new or changed duty locations, including the placement of task support at sites supporting Combatant Commanders and Combatant Commander designated locations, to provide support when detailed in a TO. The Contractor task support for some event activities will be on a 24-hour per day basis. The Government will attempt to deconflict support schedules in sufficient time for the Contractor to manage the workload with a minimum of simultaneous events. Emergent, real-world situations may alter the planned tasks and schedules. Reprioritization by the Government of unplanned events will require immediate Contractor adjustment and responses.

C.6.4.3 The Prime Contractors, including their foreign national employees and subcontractors, may be responsible for the temporary import and export of defense articles, including technical data, and for the performance of defense services in support of this Joint Staff Deputy Director J7 JFT Technical Support Services contract. Such activity will be performed pursuant to 22 CFR 126.4(a) of the International Traffic in Arms Regulations (ITAR). The JST Contractors will be prepared to perform temporary imports and exports, and to furnish defense services to foreign persons in support of JS's mission, at the express direction of and under the supervision of the JS.

C.6.4.4 When contractor travel involves electronic registration in the Synchronized Predeployment and Operational Tracker (SPOT) process the “Funds Cite with Billing Address” block of the SPOT form will specify:Name of the Prime ContractorAttn: Assigned Business Office routing codeStreet Address City, State, and ZIP CodeC.6.4.5 When a TO requires deployment to Europe for the duration of the task order, Contractors interested in providing a quote must be consider the DoD Personnel Officer (DOCPER) process and timing as part of their support estimate and approach. C.6.5 Recognized Holidays:

Page 18: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 18 of 121

C.6.5.1 Below are the traditional government holidays. With the exception of responsibilities identified in the TOs, such as 24-hour operations in support of network operations, the Contractor will follow their corporate policy for recognized holidays. New Year’s Day Labor DayMartin Luther King Jr.’s Birthday Columbus DayPresident’s Day Veteran’s DayMemorial Day Thanksgiving DayIndependence Day Christmas Day C.6.6 Hours of Operation. As required in the accomplishment of their TO, and in keeping with a non-personal services contract, the Contractor shall be responsible for managing their employees’ labor hours. This includes defining core hours during the work week, as well as managing the labor hours beyond their defined normal workday and during weekends and Federal holidays, as well as when the Government or Contractor facility is closed due to local or national emergencies, administrative closings, or other Government directed facility closings. When hiring personnel, the Contractor should keep in mind that the stability and continuity of the work force are essential to cost control and sustained levels of quality performance.C.6.7 Security

C.6.7.1 Contractor may be required to obtain and possess varying levels of security and access clearances in the performance of task orders issued under this contract. The minimum security clearance for contractor personnel assigned to work on-government-site for the JS TOs is a U.S. SECRET security clearance, or its equivalent. In some cases contractor personnel will require a TOP SECRET (TS) security clearance, and possibly access to Sensitive Compartmented Information (SCI) and Special Access Programs (SAP). On a task order by task order basis it may be possible for contractors to work on classified deliverables if they are working at a cleared facility. In a like manner, it is anticipated there may be unclassified deliverables that do not require access to the JS or U.S. Government network, and as such do not require a security clearance to perform the tasks at a Contractor site. All security requirements shall be coordinated with the TO COR and respective local security personnel.

C.6.7.2 Contractors will also be required to adhere to the security requirements outlined in the JS DD254 DoD Contract Security Classification Specification that will be issued with each Task Order solicitation.

C.6.7.3 Physical Security. The Contractor will be responsible for maintaining a property book and safeguarding all government property provided for contractor use at a Contractor site. In the absence of security personnel, at the close of each work period government provided equipment and materials will be secured.

C.6.7.4 Key Control. The Contractor will establish and implement methods of making sure all keys and key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards, Common Access Cards (CAC), and individual security identification badges. Keys issued to the Contractor employees by the Government shall not be duplicated. As stated, the Contractor will develop procedures covering key control that will be included in the Quality Control Plan. Such procedures will include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall report as soon as practicable any occurrences of lost or duplicate keys and key cards to the TO COR and local security official. Pursuant to DoDM 1000.13-M-V1, CAC PKI certificates will be associated with an official government issued e-mail address (e.g. .mil, .gov, .edu). Prior to receipt of a CAC with PKI, contractor personnel shall complete the mandatory Cybersecurity Awareness training and submit a signed System Authorization Access Request (SAAR) form to the contract’s specified COR.

C.6.7.5 In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks will be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system will be replaced by the Government and the total cost deducted from the monthly payment due the Contractor.

Page 19: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 19 of 121

C.6.7.6 The Contractor shall prohibit the use by any persons other than the Contractor’s employees of government keys and key cards issued to members of that Contractor’s team. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas or those personnel authorized entrance by the Government (usually through the use of facility- or event-specific identification badges).

C.6.7.7 Lock Combinations. The Contractor will develop and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor will ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures will be included in the Contractor’s Quality Control Plan.

C.6.7.8 Security requirements will be dictated by the Federal, DoD, and Joint Staff specific requirements, specific on individual orders. Examples of such requirements are The Office of Management and Budget (OMB) Circular A-130, The Federal Information Security Management Act (FISMA), NIST FIPS PUB 140-2 Security Requirements for Cryptographic Modules, the Department of Defense Cybersecurity, and the Department of Defense Risk Management Framework for DoD Information Technology.

C.6.7.9 Cybersecurity. Cybersecurity capabilities and actions protect and defend network availability, protect data integrity and provide the ability to implement effective cyberspace defense. Cybersecurity requirements may include personnel security clearances and background checks; operations and security risk assessments, vulnerability of management processes and plans, identity assurance, cybersecurity workforce, installation and configuration of cybersecurity compliance documentation; and cyberspace defense of the environment, including hardware and software, the networks, and supporting infrastructure, as dictated by the nature of the information (classified and unclassified) and associated risk.

C.6.7.10 The Cyberspace workforce, also known as the Information Assurance workforce perform Cyber IT and Cybersecurity positions. In accordance with DFARS Subpart 239.71, DoDD 8140.01, contractor personnel performing cybersecurity functions shall meet all cybersecurity training, certification, and tracking requirements as cited in DoD 8570.01-M prior to accessing DoD information systems. The CSWF Report DoD 8570.01-M and DFAR’s PGI 239.7102-3 have promulgated that contractor personnel shall have a documented current cybersecurity certification status.

C.6.7.11 All cybersecurity functions will specify the Cybersecurity Workforce category, level, training, and certification requirements for Contractors with privileged access working in cybersecurity technical environments, cybersecurity management personnel, Computer Network Defense Service Providers (CND‐SPs), and cybersecurity systems architects and engineers.

C.6.7.12 Negligent Discharge of Classified Information (NDCI). When information is placed on or processed on an information system with insufficient security controls to appropriately protect it (e.g., classified data on an unclassified system) there is a potential for an unauthorized disclosure. Such actions will be classified as a security violation, specifically a negligent discharge of classified information or NDCI. Contractors that cause NDCIs during the course of the contract shall be held financially liable for all actual accumulated restoration costs incurred, as described below, but not less than $5,000.00 per incident. Such costs will be deducted from the contract price, and are not reimbursable.a. Restoration costs above $5,000.00 will be itemized. A Classified Message Incident Standard Operating Procedures (SOP) that will be followed in the event of an NDCI by the Contractor. Personally Identifiable Information (PII) incidents fall under this category. This is not an exclusive remedy (e.g., in the case of PII spillage, identity theft or other insurance may be needed to protect the individuals).b. NDCI Cleanup actions may include the following actions:

i. Server destructionii. Hard drive wipe and destructioniii. Containment actions

C.7 Task Order Requirements

Page 20: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 20 of 121

C.7.1 Work to be performed under this contract, i.e., products and non-personal services, will be specifically ordered using TOs. To the maximum extent possible the Government will define what needs to be accomplished (i.e. the desired end state and deliverables; quantity, quality and schedules). The JST shall be responsible for determining how the tasks are to be accomplished and execution of tasks within the limitations of available resources and government guidelines. The JST efforts are expected to be managed and limited to those necessary to accomplish the TO deliverables necessary to conduct an event, develop a product or enable the JFD to complete a mission objective. TO work statements may stand alone to fulfill a requirement, or they may contribute to the accomplishment of other TOs. [An example of a standalone TO is the creation of doctrine publications.]

C.7.1.1 Functions, supported by tasks, identified in this contract are: collective joint training, integrated joint training enablers, joint individual training, joint lessons learned, joint doctrine, joint training concepts, joint training operational support, Joint National Training Capabilities (JNTC), Irregular Warfare Assessment Integrations (IW), Higher Headquarters Executive-Level Support, and Joint Training Core Support. The various tasks in each area may or may not be executed using an existing process, such as the Joint Event Life Cycle (JELC), but clearly the completion of the task is intended to provide the product or result. A new, innovative, or modified process used in the conduct of the task must meet or exceed the standards of quality associated with existing, proven processes. Furthermore a new or modified process must be approved and documented as compatible with the existing systems and technologies if they are to be connected, or information transferred, to an existing system, technology, or architecture, such as those involving M&S, IT, Information Assurance (IA), and Knowledge Management (KM). The intent is to use or develop non-proprietary processes for repetitive functions to increase efficiency, effectiveness, and reduce the cost of operations. These existing or developed processes are government property and may be shared with other teams participating in the MAC. The objective is to re-use the same process, data, and capability for similar functions, irrespective of the program supported where they apply.

C.7.1.2 Post-Award Conference, Kickoff, and Periodic Progress Meetings: The Contractor will attend any post-award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The COR, ACOR, TO COR, TA, or other government personnel will conduct task order kick-off meetings as well as meet periodically with the Contractor to review the Contractor's performance. At times, these meetings may include the KO, who will apprise the Contractor of how the Government views the Contractor's performance. The Contractor will apprise the Government of any problems being experienced. Appropriate action will be taken to resolve outstanding issues.

C.7.1.3 Non-JST Tasks. In order to provide clear demarcation of responsibilities and expectations, it is anticipated there are a number of tasks the JST Contractors will not be awarded TOs to perform. Some of these are because they are by nature inherently governmental functions and responsibilities; involving the commitment of government resources. These tasks are defined as those that by statute or policy must remain under Government control, or are determined to benefit from government leadership. Government will perform the tasks associated with these responsibilities without JST Contractor assistance. Because most of these requirements are not envisioned to become part of a JST TO, offerors should not include these responsibilities as part of their proposal. Others, though not inherently governmental responsibilities, are expected to be performed under separate contracts or by outside agencies. Examples of non-JST tasks are: a. Program direction and strategic assessment of programsb. Budget execution, approval and financial management c. Contracts development, preparation, selection, and managementd. Government personnel managemente. Event direction and event process approval (government event planner)f. Facilities engineering, design, and management; for example, HVAC, electrical, security, telephone switchboard, communications closet, and building modificationsg. Systems engineering requirements development and hardware procurement; for example, LANs, conference room equipment and upgrades, ADPE lifecycle replacement h. Physical security (e.g., guard services) of government facilitiesi. Cafeteria operations and culinary services

j. Primary model and simulation design and developmentk. ABC Process Design, Collection and Analysis

Page 21: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 21 of 121

C.7.1.4 For planning purposes some subtasks within a TO, may require Government participation (e.g., Technical Assistant, Event Planner, Program Director, or Program Manager), but are primarily executed by the JST Contractor. In some cases, another Contractor, outside the JST, may participate as a member of the larger government team. By the nature of the MAC and the sundry funding sources, there may be two or more TOs with similar or even identical subtasks for each of the program areas, such as Joint Training, Operations, Capabilities and Assessment, Modeling and Simulation, Command, Control, Communications, Computers, & Intelligence (C4I), Facility Support and other functions in support of the customers. In these instances, the objective is to re-use the same process, data, and capabilities where they apply for similar functions, irrespective of the program supported. The TOs may appear to be identical, but they are generated to maintain separate lines of accounting, or to identify variations in deliverables and metrics between requesting customers’ requirements.

C.8 Equipment and Material

C.8.1 Equipment and Material provided when working at a government facility. The Government will provide administrative support hardware and software to contractor personnel located at the government sites. This includes the workspace, workstations (desk, chair, and personal computer) and local area network (LAN) computer connections necessary to access and use the administrative network used by the Government in the accomplishment of the Contractor-assigned tasks. These networks are for administrative and operations support by the government and Contractor personnel. The Government will provide access to operations and tactical systems, analytic hardware and software required to support the specific missions. When the Contractor is located at a government facility, the Government will provide utilities, heating and air conditioning, telephone service, office supplies and ADPE for use during the period of the respective, awarded TO. While the Government does not determine or control the number of contractors required for TO accomplishment, the Government may limit the number of contractors it can accommodate at the government facility. Additionally, the Government will approve the location of those contractors working at government facilities. The Government will make adjustments in the number of workstations and other government-provided support if changes in numbers of Contractor personnel are required.

C.8.2 Contractor-Furnished Equipment (CFE) and Material (CFM). The Contractor will provide incidental hardware, software, LAN and WAN pipelines, ADPE, and supplies to preclude unacceptable delays or mission failure during an event, to demonstrate a proof of concept, to perform software maintenance and testing, or to accomplish On-Contractor-Site task-order-specific production. Because hardware, software, and supplies are normally provided by the Government, CFE and CFM should be limited to instances when it is more cost-effective to do so and time is of the essence for mission accomplishment. Any requirement for CFE or CFM will be described in the task order requirements documentation or approved by the Government in writing prior to the Contractor procurement if a direct charge to the contract or other reimbursement by the Government is anticipated. Examples of incidental materials are connectors, LAN cables, media converters, power cords, power adapters, surge suppressors, projector lamps, as well as printer and copier supplies (paper, toner and the like.)

C.8.3 Regardless of the place of performance all products and deliverables generated at Government expense become the property of the Government.

C.9 Functional Areas: Tasks identified in this section of the PWS are related to and outlined by the following 11 functional areas: (1) Collective Joint Training; (2) Integrated Joint Training Enablers (3) Joint Individual Training; (4) Joint Lessons Learned; (5) Joint Doctrine; (6) Joint Training Concepts; (7) Joint Training Operational Support; (8) Joint National Training Capabilities (JNTC); (9) Irregular Warfare (IW); (10) Higher Headquarters Executive-Level Support; (11) Joint Training Core Support.

C.9.1 Collective Joint Training

C.9.1.1 Collective joint training is defined as events where individuals, or groups of individuals, are trained to function together as a cohesive, supporting and supported entity to accomplish the requirements and objectives defined by higher authority. Examples of collective joint training are Combatant Command and multinational exercises, mission rehearsal exercises and staff-assist visits for worldwide contingency operations. Collective joint

Page 22: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 22 of 121

training uses the JELC, tailored to the specific event, as the over-arching Plan of Action and Milestones (POA&M) planning tool.

C.9.1.2 The Contractor will provide support across the entire JS training, rehearsal and event schedules. This support includes deployment to government ranges and remote sites. The Contractor will provide planning, execution and analytical support across the complex spectrum of joint combat, combat support, and combat service support disciplines necessary for JS enterprise-supported events. This includes replication of the full environment of Political, Military, Economic, Social, and Infrastructure and Information (PMESII) influences. Such support will require personnel with knowledge and experience in the application of military doctrine, tactics, techniques, and procedures. The Government will provide information on threat capabilities, doctrine, and tactics to assist the Contractor in preparing PMESII/Operational Environment plans. The Government anticipates providing threat response cell augmentation personnel during exercise execution phase to support and assist the Contractor personnel. Intelligence support is anticipated from the JST to augment the government-provided support. Actual participation levels for both government and Contractor personnel will be identified in the event-specific manning document.

C.9.1.3 Contractor Performance Capabilities for Collective Joint Training

C.9.1.3.1 In addition to the general orientation information, the Contractors with employees assigned to task orders involving collective joint training will be responsible for employee indoctrination germane to all the JFT operations. As a minimum, such indoctrination cover the following areas:

a. Joint Force Trainer Organizations and Functions

b. Joint Training System, to include Joint Event Life Cycle use and Management

c. Combatant Command Exercise and Engagement and Training Transformation Program

d. Training Information Management System use and functions

e. Training and Defense Readiness Reporting System

f. Exercise and Training Objective Development, use and analysis

g. M&S, Joint Live Virtual and Constructive (JLVC), and C4I operations and applications

h. Doctrine Insight and Best practices, Focus Papers, and Current Tactics, Techniques, and Procedures (TTP).

C.9.1.3.2 Capabilities for Specific Tasks. In addition to the indoctrination detailed above, the Contractor will be responsible for providing personnel capable of satisfactory performance in the following areas listed below. These are representative capabilities. The list is not all inclusive, nor is the list of required capabilities immutable.

C.9.1.3.2.1 Force Response Cell Controllers (e.g., Friendly, Threat, and Neutral) and Role Players (e.g. Intelligence, Interagency, Logistics, NGOs, NSC, foreign government diplomats, and Information Operations) should have the subject matter expertise (defined as knowledge, understanding, experience, and correct interpretation of applicable guidelines, restrictions, and TTPs) to replicate their assigned responsibilities. Note, response cells normally consist of ad hoc teams of contractors, role players, and military personnel trained by their Services in military tactics and the operation of Service models. The Contractor will be required to provide JST personnel qualified on the operation of individual Service, Joint, and Coalition models required to conduct the task or event.

C.9.1.3.2.2 Event Analysts are required to have subject matter expertise (defined as knowledge, understanding, experience, and correct interpretation of applicable guidelines, restrictions, and TTPs) in the following areas:

a. Understand applicable strategic- and operational-level Joint and Service-level doctrine.

Page 23: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 23 of 121

b. Review and understand applicable CCMD and theater-specific Contingency Plans (CONPLANs) and theater-specific Operational Plans (OPLANs).

c. Understand and participate in the Joint Event Life Cycle during the exercise development process.

d. Understand the role of the Joint Event Control Group (JECG) in the development of the scenario, road to crisis, operational environment, and specific storylines that ensure the Commander’s training objectives are accomplished.

e. Be able to utilize the Joint Master Events List (JMSEL) tool to track storylines and specific events on a daily basis.

f. Understand the role of response cells and the replication of major subordinate units.

g. Develop collection plans in support of Observer/Trainers (O/Ts) to aid in the preparation of Facilitated After Action Reviews (FAARs) and Commander’s Summary Reports (CSRs).

h. Participate in the development of the FAAR based on observations of the training audience during exercise execution.

C.9.1.3.2.3 The JECG is normally manned by both government and contractor personnel. It is a combination of the Component control cell, intelligence control cell, Master Scenario Events List (MSEL) and scripting control cell, threat cell, neutral forces cell, role-playing cells, AAR cell, and simulation technical control cell. The purpose is to control the event by analyzing the Training Audience play and realistically adjusting the other components of the event to achieve the event training objectives.

C.9.1.3.2.4 Simulations Technical Control and Operations Capabilities. The Contractor will provide the technical support necessary to fulfill the complete spectrum of simulation and C4I operations. This support ranges from monitoring and restoring the health of the simulations pipeline via the Network Operations Security Center (NOSC) to simulation recommendations based on training objectives, scenario, and available resources to design architecture to Live Virtual Constructive (LVC) integration and post-event assessment, for all JS enterprise-supported Computer Assisted Exercises (CAX) events regardless of location. Telecommunications remoting equipment includes simulation system workstations, facsimile machines, copiers, modems, Video Tele Conference (VTC) suite, radio system, multiplexers, cryptographic devices, Uninterruptible Power Supply (UPS), transformers, cables and connectors, and all other communications equipment used for an event. Both the NOSC and the simulation technical control cell are normally manned exclusively by contractor personnel with the capabilities necessary to operate the core JFD simulations, event networks, and VTC equipment selected for the event. The Contractor will develop and maintain a government-approved certification program for all individuals that require a system password.

C.9.1.4 Collective Joint Training Tasks.

C.9.1.4.1 Support of the events currently being executed and planned for the future will be tailored, i.e., process steps, services, and products added, deleted, or modified dependent upon improvements in processes, management, or emergent requirements. Normally under a performance-based contract the Government would restrict itself to a description of requirements and defer to the Contractor to define the process, however use of the JELC is directed by higher authority until such time as a better process is developed and approved. A comprehensive review of the JELC is contained in the JFD Event Handbook and the CJCS Joint Training Manual. As an overview of JELC event planning and execution, the following examples of the JELC process steps are characteristic of support requirements for collective joint training. They are described in greater detail below, and are intended to demonstrate the range and complexity of tasks, which include a Concept Development Conference (CDC), Initial Planning Conference (IPC), a Mid-Planning Conference (MPC), and a Final Planning Conference (FPC), modeling and simulation in-progress reviews, academic seminars, a Mini-Exercise, event execution, and assessment phase which includes a FAAR. Activities may also include site surveys, MSEL and Intelligence scripting events, training objective workshops and other planning sessions. As reusable packages and technologies are developed, and as the process improvement projects are completed, the amount of effort for each activity should be reduced. The workload for the overall JFT program is not expected to decrease, the reductions through efficiencies gained, most likely will be

Page 24: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 24 of 121

offset by more events with more complex requirements. For these reasons process reviews and improvements are considered inherent parts of every task.

C.9.1.4.2 The Contractor supports exercises, rehearsals and training events in combinations dictated by real-world and scheduled training requirements. From initial planning to assessment, an event life cycle may require up to fourteen months of calendar time, however the current trend is for shorter periods, typically 3 to 12 months with an average of about 8 months. Each event will have its own tailored JELC and the event life cycles will overlap. The Contractor will execute the tasks, tailored to the customer’s requirements, for all required phases, rather than a fixed schedule for all events. The tasks described are typical of those required for JFD events, or other similar requirements. The expected outcomes of each step in the JELC are products and services that contribute to the overall goal of the training audience successfully learning the tactics techniques and procedures appropriate for their level of roles and responsibilities.

C.9.1.4.3 CAX- and C4I-related Technical Tasks. The Contractor will perform the following tasks characteristic of the technical support required for successful accomplishment of a specific joint training event:

a. Coordinate with the designated JS enterprise government POC for the allocation of responsibilities and management of the event-support simulations, administration computer systems (hardware and software), and C2 equipment.

b. Provide technical requirements for planning and architecture design based on site surveys.

c. Recommend event support systems based upon training objectives, scenario, and operational environment.

d. Conduct daily operations of simulation centers including technical tasks such as connectivity checks, maintenance, start-up, operation, pause and reset, data snapshots, accelerated play, shut down, and save of all computer hardware associated with the JFD-supported simulation and C4I systems. For planning purposes event execution will be twenty-four hour-per-day operations.

e. Identify simulation, C4I, event control, and assessment technical requirements and conduct event site surveys

f. Develop, test, update, validate, and maintain simulation databases (e.g. terrain, organizations, equipment, logistics, unit boundaries, functional operations, and capabilities). The Contractor is expected to optimize the reuse of existing database information.

g. Perform the duties of technical advisor for prioritization of enhancements to and utilization of software, hardware, and simulation models.

h. Develop and execute plans for technical control, communications, workarounds, as well as equipment and data security.

i. Coordinate communications systems installation timeline with the Government’s lead-planner for the task or event. Install, key and maintain secure communications devices at the remote simulation site(s). Obtain proper clearance and background investigations to be designated a COMSEC Management System (CMS) user to the parent account.

j. Assemble, install, configure, disassemble and prepare for shipment simulation and C4I equipment and documentation, including the interface of special interest circuits such as Global Command and Control System (GCCS), Joint Deployable Intelligence Support System (JDISS), and JWICS. C4I equipment includes the C4I replicated to fulfill the event training objectives as well as C4I systems for control of the event at all locations.

k. Support the After-Action Review (AAR) data collection process requirements with event replay and simulation operations records.

l. Develop and test solutions to integrate event-specific simulations and C4I equipment to replicate real-world conditions.

Page 25: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 25 of 121

m. Develop and submit Telecommunications Services Requests (TSR) for telecommunications and VTC circuits. Upon approval of the TSR coordinate with contract communications carriers; installing and de-installing all telecommunications equipment.

n. Maintain the health, transparency, and restore availability of the models and simulation network throughout the JELC by performing the operational troubleshooting and maintenance of the simulations and C4I systems hardware and software (operating systems, combat events, graphics display, reports generator, network interface, simulation truth data structure, unit parameters, simulation parameters, scenario preparation program and terrain database program).

o. Provide instruction to the operators on specifics of the simulation.

p. Provide education and training for team members supporting the event.

q. Operate a network management capability to include required reporting functions to the NOSC.

C.9.1.4.4 World News Network and Video Production Tasks. The Contractor will provide the primary operational support for the JT’s news network studio and on-location operations. This includes a production and editing facility and processes for the material development, distribution, and inclusion of this facility in the training process for events conducted internally and throughout the world.

C.9.1.4.5 Anticipated Workload and Projected Event Plan.

The JST traditionally faces a steadily increasing demand for more training and training-related activities. It is intended that this increasing demand will be met through improved process management techniques, improved technology, improved use of resources, and development of reusable packages to support activities during the period of the contract and in many cases, establishing a priority that drops lower priority events. The Contractor will be tasked to support this activity by periodically reviewing and assessing activities in terms of both the efficient use of resources and the efficient re-use of products. JT workload projections for FY 19-24 are provided below as planning estimates only. This does not cover the other elements of tasks not related to specific events, such as mobile training team or in-resident class schedules. During the course of the contract, FY 19 through FY 24, the JS enterprise will introduce new capabilities with the models currently being developed. Upgrades to existing models will be used to support the exercises. The JS enterprise supports Combatant Command Exercises and Allied Command Transformation events using the same or tailored versions of the applications to minimize cost and increase product reuse.

FY 19 FY 20 FY 21 FY 22 FY 23 FY 24Twenty-oneevents insupport ofCCDRs

Twenty-oneevents insupport ofCCDRs

Twenty-oneevents insupport ofCCDRs

Twenty-oneevents insupport ofCCDRs

Twenty-oneevents insupport ofCCDRs

Twenty-oneevents insupport ofCCDRs

Capstone (4)Pinnacle (2)Keystone (2)Events

Capstone (4)Pinnacle (2)Keystone (2)Events

Capstone (4)Pinnacle (2)Keystone (2)Events

Capstone (4)Pinnacle (2)Keystone (2)Events

Capstone (4)Pinnacle (2)Keystone (2)Events

Capstone (4)Pinnacle (2)Keystone (2)Events

C.9.2 Integrated Joint Training Enablers

C.9.2.1 Integrated joint training enablers are defined as both coordinated and interdependent tasks and processes that facilitate the accomplishment of joint training. Enablers are in many cases required to set conditions and standards for the desired outcome. Examples of integrated joint training enablers are the Joint Training and Experimentation Network (JTEN), NOSC, modeling and simulation (M&S), Information Operations (IO) Range, and communications networks configuration, Information Technology (IT), and technical system design and

Page 26: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 26 of 121

support. The Contractor will provide services for integrated joint training enablers tasks and subtasks at Suffolk and remote sites that include the following:

C.9.2.2 The JT NOSC provides operations support for communications management for the JTEN and associated JFD training networks. The JTEN currently operates on a standard industry transport technology; however, during the period of this contract, the JTEN may transition to another accepted government standard network. The NOSC will coordinate regional communications (e.g., hub sites and persistent sites) into a seamless, meshed common operating environment. The NOSC monitors, manages and executes changes to network operations. NOSC-specific capabilities and tasks include:

a. Monitor, analyze, and adjust to ensure optimal performance and availability of the JTEN within the NOSC’s Area of Responsibility (AOR).

b. Operate, maintain and manage the JTEN information flow and the information transport infrastructure, including the configuration, installation and validation of upgrades and patches.

c. Collect and correlate fault, configuration, audit, performance, and security metrics from all communications assets for incorporation into the Enterprise Network Command and Control (C2) Process.

d. Implement Cybersecurity and Cyberspace Defense measures for both passive and active security measures and consistency with current standing Rules of Engagement (ROEs).

e. Promulgate, implement, monitor and enforce JTEN enterprise security and network operations policies and procedures.

f. Configure routing protocols, switches, trunks, Permanent Virtual Networks (PVCs), Network Analysis Modules (NAMs), and Virtual Local Area Networks (VLANs).

g. Maintain and document configuration control for network equipment hardware, firmware and software.

h. Assist with the connection of the JTEN with the ACT training federation to improve the quality, efficiency, and effectiveness of training by providing a common core of realistic training capabilities to all Alliance nations.”

i. Maintain continuous, around the clock (24/7) network monitoring. NOSC watch standers are designated as Alpha (Essential) personnel. The watch standers share event help desk duties. Watch standers work to affect enterprise information assurance and CND. During JS enterprise-supported event execution, a civil servant or military member may augment each watch shift to provide operations priorities and decisions that are inherently government responsibilities.

j. Control all JTEN enterprise internetworking devices and enforce network policy and configuration control for the JTEN

k. Push enterprise security and network operations policy out to the Sites for implementation and enforcement.

l. Implement engineering and configuration changes provided by the designated engineer.

m. Provide Tiers 1 and 2 maintenance support to all hub sites, persistent and non-persistent sites.

n. Manage regional trouble ticketing system and elevate trouble tickets to Tier 3.

o. Provide daily, weekly, monthly, and quarterly performance reports. Recommend network changes and enhancements to Tier 3 engineers.

p. Implement immediate action TTP and checklists to counter Cybersecurity threats.

q. Implement notification procedures when network technical or Cybersecurity significant events occur within their region.

r. Provide initial and quarterly updated regional networking diagrams and MOA or MOU to the JFD engineers and Designated Approval Authority (DAA).

Page 27: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 27 of 121

s. Compile all regional Cybersecurity metrics and forward to the JFD CND office.

C.9.2.3 Modeling and Simulation. The responsibilities for management of the introduction of new models and simulations requires a significant effort by the combined JS enterprise government and Contractor team for those where the Suffolk campus is selected as the initial operations site. Responsibilities include developing the architecture, defining the technical standards, approaches, and specifications, integration of the legacy federation and building the next generation joint training enablers to improve the operational effectiveness of the current and future joint force. M&S and training tools management, configuration control, maintenance, operations, development of interfaces and patches, as well as, research, development, test and evaluation (RDTE) in support of the JS enterprise M&S role is within the scope of this contract. The Contractor will coordinate with Major Program Model developers and conduct M&S and training tools development to design, build, integrate, facilitate testing, and release material solutions that enables individual and staff training. Support integration and use of current and next generation Live, Virtual, Constructive (LVC) capabilities.

C.9.2.3.1 Operate computer simulation hardware and software for models that include the current baseline models, as well as the evolving Joint Live-Virtual-Constructive (JLVC), Joint Training Tools (JTT), JLVC Federation, or future federations of JTT and Service models and simulations. These federations include, but not limited to, the joint combat simulations, Service simulation, linkages to live systems, intelligence models, space and logistics models, links to virtual simulators, as well as After-Action Review (AAR) tools. The future JLVC leverages a web based, data driven, modular systems approach. Simulation tools and applications will evolve over the life of the contract. The Contractor will be responsible for providing instruction (education and training) to personnel in the operation of these systems.

C.9.2.3.2 Engineering Tasks. This performance based effort consists of NetCentric and Cyber Systems Engineering solutions necessary to insure that C2 and C4I equipment, networks and network traffic are engineered, monitored and maintained at a high state of secure readiness to facilitate Warfighter training. The contractor shall integrate, maintain and deploy the JTEN transport, Network Security and Information Assurance and IT equipment infrastructure for training enclaves across various nationwide and worldwide locations by developing, delivering, and maintaining effective, capable and integrated systems and providing the technical support required for this high level of network security and intrusion prevention.

C.9.2.3.3 Provide input to System and Network engineering to design and implement alterations to existing systems, and integrate and interface existing equipment or software into different applications or platforms.

C.9.2.3.4 Perform End to End circuit testing and analysis to verify all networks and network connections are performing and will perform at optimal levels. Specific tools used in this testing include: IXIA Chariot software for live UDP throughput testing and OSPF multi-cast testing to check for proper bandwidth utilization; NetFlow for traffic analysis; and CISCO Network Analysis Modules (NAM).

C.9.2.3.5 Tier III Systems Engineering is the technical support for operation of infrastructure that includes the specialized engineering expertise to design, develop, configure, test, operate, and/or troubleshoot information systems, communications paths and networks. The contractor shall provide Tier III system engineering on-call support 24 hours/day and 7 days/week (24x7) as directed by the Government for supported operations or events. Tier III engineers will investigate problems and provide the solutions to the Tier II support staff, or take over the problem for resolution using whatever means possible. Tier III engineering will keep the Network Operations and Security Center (NOSC) updated daily on status/actions related to open Tier III problems.

C.9.2.4 Information Operations (IO) Range. The IO Range supports the core areas of computer network operations, electronic warfare, psychological operations, operations security, and military deception. The IO Range creates a flexible, seamless and persistent environment, allowing combatant commanders to achieve the same level of confidence and expertise in employing IO weapons as they have in employing kinetic weapons. The IO Range is an integral component of the LVC training environment, as well as concept development, experimentation and integration activities. Requirements include the following:

a. Prepare, plan, execute and assess IO during joint operations.

Page 28: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 28 of 121

b. Emerge technologies and facilitate training against IO target sets and integrate IO capabilities into joint training, testing and experimentation.

c. Provide IO Range development, experimentation, testing, training, integration and synchronization of the core capabilities and supporting activities of persistent and emerging IO and cyber activities.

d. Deliver integrated solutions management and technical advice. Draft policies, regulations and procedures on IO planning and Range concepts, capabilities and developments. Prepare briefs and white papers for approval of capabilities development.

e. Provide Operations support to exercises used to hone IO Range planning architectures, and TTPs. Provide planning and technical support to IO Range customers. This includes, but is not limited to on-site support to customers prior to and during exercises on the technical capabilities of the IO Range in supporting tests and exercises of the customer as well as planning, installing and providing exercise support for the use of IO Range systems in support of those activities.

f. Integrate, install, make operational and provide for operational support of certain commercial and tailored products required to enhance the IO Range and its mission areas.

g. Assist JS and JS individual partners in preparing, planning, executing and assessing IO in joint operations.

C.9.2.5 Information Technology and System Administration (IT/SA). The Contractor will provide Information Technology and System Administration (IT/SA) for systems administration, network administration, database administration, security services, Webmaster services, Exchange services, Portal and KM systems services, customer service, software, and hardware troubleshooting and repair services on NIPRNET, SIPRNET, and GCCS Global and Strategic servers. These services cover a wide variety of UNIX and Windows hardware and software resources to support a complete NIPRNET and SIPRNET LAN with Intranet and Internet websites. Ensure the NIPRNET, SIPRNET, and UNIX-based GCCS-J Global and Strategic networks remain compliant vulnerability alerts, bulletins, cybersecurity tasking orders, and DOD Cybersecurity Directives. Requirements include the following

a. IT policies and procedures shall be kept current and will be consistent with higher-level policy.

b. Implement and maintain a system administrator certification program to ensure all System Administrators (SYSADs) possess requisite skills and knowledge to carry out all tasks supporting the staff. Typically, Contractor SYSAD personnel shall be certified at Contractor expense for existing systems and versions, such as A+/NET+, Security+, as well as certified on Operating Systems for UNIX, Windows 10 or higher and Microsoft SQL. Currently, DoDD 8570 is germane.

c. Review, update and maintain the System Administration Handbook. The Handbook details the activities, standard operating procedures, and required reference materials to serve as a continuity document for SIPRNET, NIPRNET, and GCCS-J system administration. The System Administration handbook will include business rules for encryption services, e-mail correspondence, mobile armor, file armor and technology support services. New technologies, capabilities, and system administration policy or procedural changes will be incorporated into the System Administration Handbook within 30 days of install of new technologies, capabilities or changes.

d. Research hardware requirements and conduct power assessments for installment of new equipment to the existing architecture to ensure efficient operation of current systems and to determine future power requirements for all new and proposed new hardware equipment.

e. Analyze existing network performance and implement actions to enhance overall network performance and stability. Update and maintain documentation of all communication systems hardware, software, firmware, and configuration (to include updates following migrations and major implementations).

f. Information System Technical Maintenance and Support. Perform maintenance support of hardware and software support during exercise operations, classroom training, real world contingencies, system configuration changes, software updates and system migrations, and unscheduled outage response and repair.

Page 29: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 29 of 121

g. Conduct configuration management planning for future requirements. Translate, tailor and document the system for configuration requirements.

h. Configure, load, test, and install computer and peripheral equipment. Configure computers and peripherals for optimum performance, taking advantage of their full capabilities. Troubleshoot computer hardware and software, system faults, system performance issues and take corrective action. i. Compile all applicable information on trouble tickets for analysis (i.e. number opened, closed, duration of being opened, subject of trouble). Provide report and brief recommendation on proposed mitigations and improvements. Provide initial system restoral plan for government review and approval, specifying timeframes and priority order to bring equipment back up. Provide outage notification to the Technology Government Lead detailing cause and plan for repair. Quarterly report should also be able to be broken down by each functional area of support. Create electronic trouble tickets in formal system when tasks and requests do not come in as such (i.e. verbally, or not in formal electronic trouble ticket system) to IT personnel.

j. Analyze customer feedback from trouble tickets, roll up into a report showing trends, anomalies, and provide proposed mitigations and improvements.

k. Develop and maintain current personnel quick reference users’ guide covering frequent questions asked and topics users need most awareness on.

C.9.2.6 Webmaster Services. The Contractor will provide webmaster services in order to maintain NIPRNET and SIPRNET websites. The requirements include the following:

a. Develop, maintain, and update the MOSS SharePoint.

b. Maintain existing database and support.

c. Report database exchanges in support of tracking trained personnel.

d. Provide web and database services related to management of student training information.

C.9.2.7 Joint Training Information Management System (JTIMS). The Contractor will provide services required to maintain, enhance, and support the JTIMS program. The JTIMS is a web-based system used by the JS, CCMD, Combat Support Agencies (CSA), and the National Guard Bureau (NGB), and multinational partners to manage all large-scale, military training exercises and operational events. JTIMS supports the Joint Training System (JTS) by facilitating the development of an integrated, task-based thread to guide all four JTS phases. Requirements, plans, execution, and assessments are all linked to mission and Mission-Essential Task List (METL). JTIMS will align with the Office of Secretary of Defense (OSD) Joint Information Environment (JIE).

C.9.3 Joint Individual Training

C.9.3.1 Joint individual training is defined as the professional training and education of an individual to accomplish specific assigned tasks either independently or as part of a group. Joint individual training will increase individual proficiencies and produce skilled warfighters. The outcomes are individuals prepared to intuitively use multiple skills. These skilled warfighters will increase the effectiveness of joint training capabilities across the threat spectrum. Examples of joint individual training include Joint Knowledge Online (JKO), Joint and Service schools, senior leader education programs, academic training seminars and technology delivered instruction. The Contractor will provide services for joint individual training tasks and subtasks at Suffolk and remote sites that include the following:

C.9.3.2 Joint Knowledge Online (JKO). JKO delivers distributed learning courses to support DoD’s Joint Training System’s individual joint training requirements in concert with DoD specified standards.

a. JKO provides direct support for OSD and Joint Staff senior leadership identified focus areas and operational activities supporting OSD, Joint Staff, Combatant Command, and approved Interagency and Multinational global training priorities. JKO functionally supports 6 areas in online training and education products and services:

Page 30: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 30 of 121

Development, Delivery, Tracking, Reporting, Supporting, and Senior Enlisted Joint Professional Military Education (SEJPME).

b. JKO continues to exploit foundational achievements to reach a wider spectrum of users as the leader in the Advanced Distributed Learning (ADL) community, employing spiral creation and enhancement of prioritized web-based training capabilities, and must be able to effectively measure all facets of progress through the adoption and implementation of “science of learning” measurement techniques.

c. In order to remain operationally relevant in the future, it is imperative the JKO Division incorporates web-based training focused capabilities within the base-lined Joint Staff J7/Deputy Director Joint Training/JKO Joint Content Management Architecture (JCMA). Due to the increased worldwide demand of the JKO products and services, and the resultant increase in operational tempo, all current JKO online training capabilities must be enhanced and sustained with no interruptions to the JKO operational and technical quality of service.

d. Develop, maintain, and convert web-based content using codified Instructional System Design (ISD) methodologies to be distributed on the JKO Learning Content Management System (LCMS). Develop Level II, III and IV Interactive Multimedia Instruction (IMI), HTML 5, SCORM 2004, Version 3 and Version 4, 508 compliant courseware using course authoring tools: Microsoft, Adobe Suite, Notepad, audio and video editing software, avatar and 3D development software, Putty, Wisp, the JKO Course Builder, and the JKO LCMS which include pre-test-out options associated with course training learning objectives, checks on learning, professional narration (using government laptop running Adobe Audition software, DBX286a vocal strip and Audio Technical AT2020 microphone equipment), high quality graphics (high resolution photographs, hand drawn illustrations, action scripting), post-test with remediation options, surveys, tailorable programing (HTML and Java Script) for completion certificates and course adjustments.

e Level III and IV includes SCORM based initiatives, immersive learning, gaming, lightweight simulations, advanced sequencing, interactive multimedia instruction, intelligent tutors, avatars, mobile computing applications and platforms. Level II content development product end state shall be in accordance with current JKO designated use case course (e.g. Joint Force Command Course J3OP-US1141, JFC 100 Module 1: Introduction to Joint Fundamentals). The designated use case course will include JKO’s standard of look and feel, playability, ease of navigation, pre-test, test-out option, vignette, checks on learning, post-test, remediation, and course survey.

f. Develop and maintain content to be distributed on the JKO Mobile Hybrid App. Include the ability to develop courseware in HTML 5, load content to the JKO Mobile M-Learning Suite, and test content on Android Version 2.3 to current version operating systems and Apple iOS Version 5 to current version operating systems for both phone and tablet devices.

g. Develop and maintain content to be distributed on a DVD; include the ability to modify HTML files.

h. Develop and maintain standalone content to be distributed outside the JKO LCMS on an alternative website; include the ability to modify HTML files.

i. Develop and maintain IMI Level II and III content in support of the Blended Learning Training Program (BLTP) to be distributed on the web-based JKO Small Group Scenario Trainer (SGST); include the ability to load content on the JKO SGST software.

j. Convert non-SCORM, SCORM 1.2 courseware and content from other authoring tools (i.e. Captivate, Black Board, Articulate, Lectora,) to comply with standards outlined in Sections above enabling it to be distributed on the JKO LCMS.

k. Develop and maintain JKO’s LCMS, which is a key component of JKO’s JCMA. Development/sustainment will require application and database development, enhancements, testing, fielding, on-site, and off-site training, security accreditation, and customer support requirements.

l. Research, analyze, and integrate approved innovative advanced technologies into the JKO JCMA to achieve quicker efficiencies for online accessibility, responsiveness, and training effectiveness. Maintenance and assessments of available technologies will be performed for the integration of new, advanced, and emerging technological communications.

Page 31: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 31 of 121

m. Develop, maintain, convert, and post web-enabled training courseware, videos, joint knowledge products, and relevant joint information content using the JKO LCMS, JKO Course Builder, JKO Reports Builder, JKO Small Group Scenario Trainer (SGST), JKO Portals, and JKO Mobile Hybrid App capabilities ensuring efforts are compliant with technical aspects of DoDI 1322.26 and the current JKO Content Design and Development Guidelines for the JKO NIPRnet, JKO SIPRnet and JKO Mobile platforms. This includes providing Power Point briefings, Executive Summaries, meeting minutes and conference reports supporting requirements planning, designing, and execution.

n. Develop and maintain JKO strategic communications plans and products, program analysis, business management documentation, higher headquarters tasking documents (includes tasking execution), fiscal planning (includes fiscal management execution), and manage the integration of these representative types of documents throughout the program.

o. Develop and sustain the Senior Enlisted Joint Professional Military Education program (SEJPME). This program is responsible for developing and sustaining two (online) senior-level (EJPME) certificate courses (~100 Hours of Level II content): SEJPME I and SEJPME II. SEJPME I and II leverages all JKO capabilities to Online which is the DoD advanced distributed learning capability for military and civilian individual and staff online training. Process includes: course development (with updates), execution, and analysis for future changes.

p. Develop and sustain a quality performance monitoring program. Intent is to ensure products and services are efficiently produced, provided responsively, current and satisfy customer training, education and support needs. Program entails reviewing/analyzing data, using: the statement of work/PWS, quality assurance plan, quality assurance surveillance plan, lessons learned, and customer feedback data. Periodic reports will be provided to leadership with analysis and recommendations for improvement.

q. JKO Help Desk: Perform Tier 1, Tier 2 and Tier 3 technical customer service to maintain Help Desk operations for 24 hours a day, 7 days a week for customer use of JKO NIPRnet, JKO SIPRnet and JKO Mobile enclaves. Exceptions will be Federal Holidays when the JKO Help Desk will not be manned by the Contractor

C.9.3.3 Academics. Joint training and education is delivered in person, via distant learning or a blended approach. Courses are taught via resident Training, Mobile Training Team (MTTs), Advanced Distributed Learning (ADL), technology delivered instruction, and web-enabled virtual campus; while remaining readily accessible to the joint community. C.9.4 Joint Lessons Learned

C.9.4.1 Joint lessons learned are captured through the collection, analysis, and assessment of experience gathered from real-world operations and training events. Event priority and complexity determines the level and duration of support. Joint lessons learned best practices and After-Action Reviews (AARs) produce recommendations derived from direct observations and sound analysis of current joint operations. As part of this process, maintaining the lessons learned resource library, including archives and documents pertaining to joint operations around the world, is critical to joint training and doctrine. Joint lessons learned support the Joint Training System through its recommendations for training and doctrine. The development of joint operational lessons learned products and the integration of the lessons into relevant training objectives, doctrine, and professional military education provides the trainee with current perspective and lessons from the warfighter in the field.

C.9.4.1.1 This effort ensures observations and collected data on contingency operations, Irregular and Conventional Warfare, interagency operations, humanitarian assistance and disaster relief operations are analyzed, lessons learned products are developed and these products and information are shared throughout DoD, including infusion with the JELC of geographic combatant commands-sponsored joint training events. These lessons learned tasks include, but are not limited to active collection, operational analysis, authoring, engagement and information sharing. Tasking authorities are SECDEF, CJCS, and CCMD Commanders. These products are made available to other U. S. Government Departments and international partners. The Contractor will provide services for joint lessons learned tasks and subtasks at Suffolk and remote sites that include the following:

C.9.4.2 Active Collection, Operational Analysis and Authoring

Page 32: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 32 of 121

a. Develop data collection plans, draft studies, reports, and briefings pursuant to the requesting authority’s stated issues.

b. Develop Joint Lesson Alerts (JLA) and tailored analysis packages containing joint lessons and training issues.

c. Conduct research based on hypothesized findings and issue statements to articulate the challenge facing the joint and coalition war fighter; it must be traceable. Research and analyze existing doctrine, orders, organizational charts, mission briefings, organization-generated reports, literature, and media articles to establish a mastery of the pertinent facts surrounding the issue or finding. Conduct interviews of persons knowledgeable of the issue or finding being examined, attend briefings and meetings to gather additional information and identify additional interview targets. Prepare prompt submission of written summaries of the interviews conducted, meetings attended, and other collected information is required to fully understand the issue or finding being examined.

d. Develop draft front matter for lessons learned findings, draft supporting drill downs and associated material.

e. Develop issue papers and assemble post-event briefing packages.

f. Conduct quality assurance on developed material.

g. Brief and disseminate reports and lessons learned products.

h. Provide strategic inputs to comprehensive, integrative lessons learned and experimentation program.

i. Serve as Joint Lessons Learned Product Manager to guide and coordinate study team efforts during all aspects of study development from inception through final product delivery.

C.9.4.3 Engagement and Information Sharing. The application of analytical effort in providing engagement and information sharing requires a high level of customer engagement, customer relations skills, and knowledge of lessons learned products applicable to joint training and doctrine. Requirements include the following:

a. Integrate and produce training requirements identified in joint lessons learned products into Joint Training.

b. Prepare briefings (including story boarding) and reports of analytical results to include the dissemination of each product.

c. Search and retrieve data and distribute findings and lessons learned products across the U. S. Government and multinational lessons learned organizations through electronic dissemination via portals, web sites and e-mail.

d. Produce joint lessons learned products to support development of approaches to solutions that include joint training and maintain electronic records of each finding and lessons learned products to include tracking finding status.

e. Develop and publish joint lessons learned bulletins.

f. Maintain library products to support joint training, doctrine and experimentation.

g. Ensure user requirements are incorporated into the current operation, sustainment and future plans for the Joint Lessons Learned Information System (JLLIS). Maintain a high level of reliability and functionality, while improving future operations through a series of planned enhancements.

h. Create/maintain topic-centric websites to centralize information and decrease duplication efforts of RFIs.

i. Update wiki sites and coordinate with Service lessons learned organizations (e.g., CALL) to ensure JLLD information is up to date and propagated to the right places.

j. Inventory and cross-promote products and community of practice.

k. Optimize analysts’ access to information and push products to libraries of interest.

l. Catalogue and categorize studies by topic areas relevant to exercises and training (takes some analytical know how).

Page 33: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 33 of 121

m. Maintain SharePoint portals, update groups, create lists for team sites, and update personnel information. Ensure customer access.

C.9.5 Joint Doctrine

C.9.5.1 The purpose of joint doctrine is to enhance the operational effectiveness of U.S. forces. Joint doctrine consists of fundamental principles, tactics, techniques, and procedures that guide the employment of U.S. military forces in coordinated action toward a common objective. It is the result of joint lessons learned and forms the basis for the evolution of joint training.

C.9.5.1.1 Joint doctrine is based on existing capabilities, i.e., current force structures and material. It incorporates time-tested principles; e.g., the principles of war, operational art, and elements of operational design for successful military action, as well as contemporary lessons that exploit U.S. advantages against adversary vulnerabilities. Use of joint doctrine standardizes terminology, training, relationships, responsibilities, and processes among all U.S. forces to free Joint Force Commanders (JFCs) and their staffs to focus their efforts on solving the strategic, operational, and tactical problems confronting them. Joint doctrine is authoritative guidance and will be followed except when, in the judgment of the commander, exceptional circumstances dictate otherwise.

C.9.5.1.2 Joint doctrine is not dogmatic. The focus is on how to think about operations, not what to think about operations. It should foster initiative, creativity, and conditions that allow commanders the freedom to adapt to varying circumstances. Joint doctrine should not include detail that is more appropriate in regulations and instructions, service doctrine, standard operating procedures, plans, or other publications. Joint training and operations will be accomplished in accordance with approved joint doctrine. Joint doctrine provides the foundation for Joint Professional Military Education (JPME) at all educational levels. A major influence on doctrine is lessons learned and observations from operations, exercises, and training. Relevant lessons learned are normally adopted during routine development and maintenance of a Joint Publication (JP).

C.9.5.1.3 The Chairman’s joint doctrine and Universal Joint Task (UJT) programs are managed by the Joint Staff J7, leveraging unique government capabilities between the Pentagon and Hampton Roads, Virginia. The JS J7 is responsible for policy, program management, scheduling, staffing, coordination, publishing of approved products, continuous assessment of doctrine and UJT content to ensure that products are timely and relevant for the joint warfighter. The missions of the Doctrine and Universal Joint Task List (UJTL) programs are currently in transition and have not been defined to date.

C.9.6 Joint Training Concepts

C.9.6.1 Joint training concepts are defined as the ideas and approaches to providing more effective joint training or resolving warfighter challenges. These concept requirements stem from the understanding of the evolution of the joint operating environment and the capabilities of technology. The Contractor is expected to be current on the leading edge of available and evolving technologies applicable to real-world event scenarios and locations, as well as changes in the methodologies for delivering training across a broad audience with diverse behaviors for learning and adapting to change. Joint training concepts guide the development of the future training environment so when the improved operational technology is ready to be fielded, to the maximum extent possible the training environment is in place. An example of joint training concepts is the Joint Training Environment (JTE).

C.9.6.2 JTE Development. The goals of JTE development are to identify shortfalls and lead the improvement and integration of the JTE to enable trained, capable, and interoperable joint forces to meet future and present operational needs. Support includes research, development, testing, and evaluation of relevant innovations of force development training systems, capabilities, tools and proposed solutions to warfighter challenges. The support requirements include the following:

a. Improve modeling and simulation systems (constructive simulations and virtual simulators), information technology, knowledge management, information systems, cybersecurity, command and control, terrestrial and extraterrestrial communications, database design, cyber technologies, cross domain solutions, after action review, opposing forces, and live system instrumentation.

Page 34: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 34 of 121

b. Develop and deliver assessment of JTE strategic communications plan and execution plan for concept of operations.

c. Report on the Joint Training Functional Concept and other concepts and supporting documentation within the Joint Operations Concept (JopsC) family and assess their impact and relationship to current and future joint training requirements. Deliver assessments of Joint Capability Integration and Development System (JCIDS) documents, to include Joint Capability Documents (JCD), Initial Capability Documents (ICD), Capability Development Documents (CDD), and Capability Production Documents (CPD) to identify joint warfighting aspects for consideration and develop proposals and requests for support needed to develop associated training capabilities.

d. Support program accreditation, analysis, improvement, integration, and event requirements including identifying and analyzing joint context shortfalls, and developing and integrating capabilities and solutions to meet those shortfalls. Provide integration and coordination functions to enable testing and experimentation within, and to facilitate cooperation between, accredited joint training programs.

e. Establish and maintain onsite support element personnel at various CCMD and Service programs. Develop, implement, and maintain an assessment framework, methodology, tools, instruments, analytics, and reporting templates to support analysis of the extent that training transformation initiatives have improved and advanced joint training processes and realism.

f. Identify, research, analyze, assess and validate joint training and operations environments shortfalls that will accurately represent the Joint Operating Environment (JOE). Based on the Government’s concurrence and prioritization of the shortfalls, develop, mature, integrate and transition solutions into the JTE.

g. Provide joint training support to designated functional areas and management of operational and technical support activities in order to ensure that JFD meets all requirements for JFT operations and the Joint Warfighter Community. Included will be the design, development, management, integration, execution, and maintenance of the Universal Joint Task List.

h. Support the Technical Managers Communications/Command and Control, Instrumentation and Feedback, Opposing Forces, Modeling and Simulations, Information Management (IM), KM, Cross-Domain Solutions and Emerging Warfare with programmatic planning, roadmap development and execution support.

i. Support site certification programs and coordinate solutions and development efforts for mitigation of joint training issues.

J Integrate and configure management support for the Joint Conflict and Tactical Simulation (JCATS), Joint Theater Level Simulation (JTLS), Joint Training Data Services (JTDS) and the JLVC or subsequent federations. Software testing is required to ensure proper functionality and stability required for joint training exercises.

k. Support development, integration, implementation, and documentation of the JDLM in JLVC and Distribution Environment Support System (DESS) federations.

l. Conduct configuration management of the JLVC JDLM software baseline. As part of this effort, the Contractor will ensure that software modifications that impact the JLVC federation, which are the result of testing and integration in other JDLM supported federations, are included in the JLVC baseline.

m. Support Joint Federation Technical Integration by providing model integration and development. The objective is to develop a product line called the Joint Exercise Control Station (JECS) that can be distributed as an enterprise solution with the JLVC Federation for efficient computer-assisted exercise management. Based upon requirements, a major effort is required to make JLVC and JLVC-like tools easier to operate. The Joint Exercise Control Station consists of the Joint Remote Client (JRC), the Joint Master Enumerations Manager (JMEM), the Joint Simulation Protocol Analyzer (JSPA), the JLVC Analysis Work Station (JAWS), the Joint Master Scenario Events List (MSEL) and Exercise Control Suite (JMECS) and the Joint Exercise Control Station – No Simulation (JECS-NS). These products will be delivered as a complete set.

n. Provide development and technical integration support for the JTLS, JCATS, and the Joint Training Data Services (JTDS) product lines to include both major and minor modifications.

Page 35: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 35 of 121

o. Provide web application and database development and integration that deliver prioritized process improvements. Develop a web-enabled enterprise data repository, develop migration techniques to parse data values for import from legacy data sources, and develop automated reports based on requirements for data analysis. Provide research and implementation recommendations for inclusion of advanced technologies in the areas of KM and IM.

p. Develop automated machine-to-machine information exchanges by implementing Web Service mechanisms that utilize XML-based Web Service Description Language (WSDL) definitions for on-demand data access. The Contractor will provide subject-matter-expert-level analysis of Web Service solutions that meet the identified priority automation of information exchanges between KM and IM Systems. Upon completion of analysis and design of Web Service Solutions, develop the necessary software code to test and operate Web Service mechanisms for data information exchange. The priority data exchanges for Web Service automation are Universal Joint Task (UJT) data available through the Joint Staff J7 UJT Web Service, Microsoft Office SharePoint Server (MOSS) Web Services that can integrate with Enterprise SharePoint portal, and Web Service interface to IBM Rational life cycle management tools. Solutions developed to meet this requirement will employ a Service Oriented Architecture (SOA) and Data Management Strategy that integrate with net-centric enterprise services and net-centric products that DoD implements throughout the Global Information Grid (GIG).

q. Provide architecture and standards products. The products generated from these tasks provide the foundation for requirements analysis and system design of future joint training infrastructure. All products should conform to the guidance contained in the DoD Architecture Framework (DoDAF) unless requirements dictate otherwise.

r. Provide JLVC engineering analysis to verify, validate and accredit new major releases of software within the JLVC.

s. Provide oversight, life cycle and fiscal management of Information Technology assets and services.

t. Provide for the M&S provisioning paradigm Advancements in IT (i.e. Cloud technology, Data Exchange, Machine to Machine interactions, Processing Speeds) centered on modular capabilities that are cloud-enabled web-services. Reuse of data and services that result in training and exercise planning, design, preparation, execution, and review all within a common digital environment.

C.9.6.3 Joint Experimentation. The scope of this contract encompasses the level of experimentation necessary to develop, test, and evaluate potential solutions to warfighter challenges. These potential solutions may be developed by an outside source. Incorporating an experimentation concept provides the Government with an improved capability to leverage planned training events for more cost effective integration to include the test and evaluation of promising solutions.

C.9.6.3.1 Support the development of modifications to the academics and training processes necessary to optimize the training audience’s utilization and evaluation of the proposed solutions to the warfighter challenges identified during joint experimentation.

C.9.7 Joint Training Operational Support

There are organizations outside the JS enterprise with both real-world operational missions to provide immediate augmentation to an operational staff, as well as provide specific training on roles and responsibilities to staffs and organizations so the augmentation may not be required or the stand-up of assigned forces can be expedited. Joint training operational support is defined as assistance to the CCMDs, Services, OSD, Non-DoD Agencies, coalition partners, and possibly States and local municipalities in order to enhance and facilitate their ability to provide requested staff training and interaction between organizations. To demonstrate the intended broad scope of this force development and operational support contract, below are examples of previous joint training operational support which include support for the execution of CCMD Joint Training Plans, Service training events, KM, IM, and war college support. Dependent upon award of actual TOs, the Contractor may be required to provide non-personal support (products and services) to complex, sometimes independent joint force development and operational support tasks and subtasks requirements at designated sites around the world that may include the following:

Page 36: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 36 of 121

C.9.7.1 CCMD, Service Component and Multinational training events as requested in the JS J7 master training support calendar or individual task order generated by the requesting organization outside the JS enterprise.

C.9.7.2 Knowledge Management (KM) methodologies provide the tool for effective planning, documentation, organizational analysis, internal architectures, and systems integration to support and justify decision making, performance management, and workforce development.

a. Develop KM requirements and identify process and technology opportunities to address gaps and better align core processes using IM tools and techniques.

b. Assemble and lead teams to identify problems and assess, correct, and implement solutions. Analyze reports and make recommendations about products and processes.

c. Conduct a KM assessment to determine the types of knowledge required for key processes and identify the disconnect between sources of knowledge and processes; map KM vision, goals and objectives to draw relevant linkages for the development of a KM strategy and roadmap.

d. Assess readiness (people, process, technology) for knowledge management and prepare work force development plans to address gaps.

e. Provide training on processes, procedures, products, and tools; develop user training guides for all tools and capabilities developed or selected as a “system of record” to support the organization; leverage available DoD, Learning Management Systems (LMS), and Commercial off the Shelf (COTS) products to support organizational workforce training, education and competency activities; provide data analysis, research, position papers, planning documents, program status reports, and inputs to IM and KM processes.

C.9.7.3 Information Management (IM). Serve as the JS J7 enterprise-wide Microsoft Office SharePoint Server (MOSS) subject matter expert. Contractor will execute tasks in the development and maintenance of MOSS portal sites and the master content portal for the JFD.

a. Develop portal-related concepts and plans, draft policies and procedures, and implement solutions. Reduce redundancies, increase accuracy of data, increase collaboration by using MOSS Enterprise Web Portal capabilities.

b. Copy, edit and proofread JFD web content, archive web-based information for future needs and reference, train and support users of the web content management system, track and report on all site metrics, combine continuous performance improvement efforts with workflow automation technology capability to develop organization-wide standard business practices.

C.9.7.3.1 Enterprise Information Portal (EIP). Deliver support to internal and external JS enterprise users to include Webmaster services for MOSS Enterprise Web Portal and legacy web systems. Perform WebGate accounts adjudication and the design and development of websites.

C.9.7.3.2 Enterprise Content Management (ECM). Develop a framework for ECM which includes the technologies, methods and tools used to capture, manage, store, preserve, and deliver content and documents related to JS J7 and its processes.

a. Design and maintain JS enterprise performance management scorecards and dashboards using MOSS and Microsoft Performance Point.

b. Create and maintain data warehouse and data marts for use of online analytical processing (OLAP) as an approach to quickly answer multi-dimensional analytical queries for forecasting and decision support as part of the JS enterprise scorecards and dashboards.

C.9.8 Joint National Training Capabilities (JNTC)

Page 37: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 37 of 121

C.9.8.1 Service Joint Training and the Joint National Training Capability (JNTC). JS/J7 Service Joint Training Division (SJTD) has the responsibility to enrich and improve the joint training environment for the Joint Training Enterprise (JTE) with the goal to improve the quality and quantity of joint training at existing training programs. SJTD manages and executes the Joint National Training Capability (JNTC) mission with a special focus on tactical and operational level joint training conducted by Service and USSOCOM training programs. The JNTC is part of the Office of the Secretary of Defense Training Transformation (T2) initiative specified in CJCSI 3500.01H, Joint Training Policy for the Armed Forces of the United States. JNTC is the operational centerpiece of the T2 strategy that implements training transformation through enhancements of the joint training environment in existing training programs. SJTD uses JNTC processes to identify and analyze joint context shortfalls, develop and integrate capabilities, and implement solutions to meet those shortfalls.

C.9.8.2 JNTC Accreditation, Certification, and Mitigation (ACM): Accreditation is a determination that a USSOCOM, Service, or Component training program has the capability to conduct training on Universal Joint Tasks (UJTs) and provide the training audience a realistic joint environment that includes the appropriate elements of joint context for the joint tasks, or portions of joint tasks, being trained. During JNTC Accreditation, the experts analyze the programs’ abilities to plan and execute joint training. Certification is a determination that training sites and systems are compliant with specified Department of Defense (DoD) and JNTC architectures, configurations, and standards required to create a supportable, realistic joint training environment. Training programs typically train their audiences through discreet training events (also known as exercises) executed in either live, virtual or constructive modes, or some combination thereof. Certification experts study capabilities available at training sites and the related infrastructure that underlie and support joint training. Mitigation is the process which analyses shortfalls/ issues identified during the JNTC Accreditation and Certification processes to determine appropriate solutions, and then executes action plans to implement those solutions. Mitigation employs experts to do solutions analysis and to devise Mitigation Action Plans (MAP) to implement the selected solutions and resolve identified requirements. The contractor shall provide senior expertise for analyses, joint training improvement, integration, interoperability, and event requirements. The contractor provides the expertise to and interfaces with government representatives in the rank of O-5 through O-7 and GS 13 through GS 15. The government requires analysts with a high degree of experience and expertise to perform JNTC processes. The government defines high degree of experience as 10 or more years of successful military experience working with groups and senior officers in the planning and execution of joint operations and training.

C.9.8.3 Overview of Specific Requirements: Develop and maintain in-depth training materials for JNTC activities (e.g. Senior Leader Orientation briefings and JNTC Accreditation, Certification, and Mitigation processes training).

C.9.8.4 Develop and maintain documentation and division records, such as draft and final reports, information and decision briefings, accreditation matrices, certification checklists, program descriptions, accredited program and site certification catalogs, capability lists, schedules, analyses, assessments, capabilities descriptions, issue sheets, mitigation action plans, handbooks, and Concepts of Operations (CONOPs) and designated databases. This task requires a college graduate ability to research, analyze, write, and present authoritative theses.

C.9.8.5 Facilitate and participate in Orientation and Training Visits, Analysis Visits, and Site Visits for designated JNTC programs and sites. Orientation and Training Visits occur when a team from the SJTD travels to the program to orient senior leaders to JNTC and to train the program staff on the Accreditation and Certification processes. This is normally the first major step to begin the Accreditation and/or Certification of the program/site. Visits may be conducted either at the program/site location or held at the Joint Staff J7 facilities in Suffolk, VA.

C.9.8.6 Facilitate and participate in meetings and task reviews to represent JNTC interests and provide input for JNTC processes. This occurs through collaboration of experts (both internal and at the training program) and through a series of meetings during which the experts perform analyses of a training program’s abilities to provide training on specified joint tasks. The results of these analyses, collaborations and meetings is a thorough documentation of the training program’s ability to provide joint training, and an articulation of any gaps, issues or shortfalls it may have in its joint training abilities.

C.9.8.7 The contractor shall provide on an intermittent basis subject matter expertise. The government does not have individuals with this expertise on its permanent staff but requires them to perform the ACM analyses as

Page 38: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 38 of 121

described above. The analyses provided by these experts will document the program’s joint training capabilities and shortfalls, and produce appropriate solutions for the identified shortfalls. The contractor shall provide experts in the following functional areas:a. Scenario Developmentb. Interagencyc. Information Operationsd. Opposing Forces (OPFOR)e. Intelligencef. Logisticsg. Observer/Trainer/Analysish. Joint Exercise Control Group (JECG)i. Joint Exercise Life Cycle (JELC)j. Joint Firesk. Joint Doctrine and Tactics, Techniques and Procedures (TTP)l. Cyberm. Space Based Operations n. Electronic Warfareo. Command and Controlp. Feedbackq. Instrumentation

C.9.8.8 The JNTC Liaison Program: SJTD provides and manages the JNTC Liaison Program that provides senior contractor subject matter expert (SME) personnel to the Services and USSOCOM. These liaison personnel are highly experienced personnel that support JNTC Accredited training programs and JNTC Certified sites in planning and executing joint training. They work to enhance and exploit the joint context present at those programs, and strive to improve the quality and quantity of joint training. The JNTC Liaison program provides direct, on-site, and regional joint training support with assigned personnel supporting multiple Service programs at various sites and locations. JNTC Liaisons typically engage at the O-5 through O-7 level and represent the Joint Staff J7 in the field. All JNTC Liaisons must have a thorough understanding of the technical and operational aspects of joint training, and of the programs they support. They will travel frequently to those programs with a goal of visiting each one at least once per year. There will be additional travel to support Service/USSOCOM conferences, program accreditations/site certifications, and trips to Suffolk, VA, etc. The JNTC Liaison are “home based” as follows:a. U.S. Navy Programs – Naval Air Station Oceana Dam Neck Annex, Virginia Beach, VAb. U.S. Air Force Programs – Hurlburt Field, FLc. U.S. Army Programs – Fort Leavenworth, KSd. U.S. Marine Corps Programs – Joint Staff J7 Suffolk, VAe. USSOCOM Programs – USSOCOM, MacDill AFB, FLNOTE: The USSOCOM Liaison contractor requires a TS-SCI clearance; the Service Liaison contractors require a Secret clearance.

C.9.8.9 SJTD Staff Actions: Work includes assignment and tracking of higher-level taskings; collation, integration and drafting of responses; management and program analyses; research; historical data collection; proposed business documents; and, various types of communications – including strategic communications - both up and down the chain of command. Contract staff perform course of action (COA) analyses of division programs and operations, recommend optimal COAs, and develop plans and procedures for implementing and completing the COAs. This requires a strong ability to use business process analytical tools, a broad understanding of joint training operations, and an ability to select and advocate recommended COAs.

C.9.9. Irregular Warfare (IW)

C.9.9.1 Irregular Warfare Assessment and Integration focuses on assessing and integrating the joint force with respect to the five core components of Irregular Warfare (IW): Counter Terrorism (CT), Counter Insurgency (COIN), Unconventional Warfare (UW), Foreign Internal Defense (FID), and Stability Operations. This includes conducting the Chairman of the Joint Chiefs of Staff biennial assessment of Joint Force capability and capacity to conduct activities necessary to implement CCDR campaign and contingency plans related to IW and integrate

Page 39: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 39 of 121

activities among the various members of the community of interest to minimize redundant action and develop synergy with IW partners and communities of interest that support IW. The biennial assessment assists the CJCS and Assistant Secretary of Defense for Special Operations and Low Intensity Conflict in ensuring that the Joint Force maintains the capabilities and capacity so that they are equally effective in irregular and traditional warfare. Integration includes collaborative development of joint standards for IW-relevant training and readiness for the Joint Force, follows IW-related doctrine, organization, training, material, leadership education, personnel, facilities, and policy (DOTMLPF-P) capability gaps and coordinates with appropriate capability developers to mitigate shortfalls, coordinates and executes CJCS planning and execution exercises to explore IW capability and capacity, acts as executive secretariat to the IW & Security Force Assistance (SFA) executive steering committee (ESC), and co-chairs capability-based assessment (CBA) campaigns and IW working groups in support. The Contractor will provide services to joint irregular warfare assessment and integration support tasks and subtasks requirements including:

C.9.9.2 Surge support capabilities will be required for tasks that are received from the ESC and senior Joint Staff leadership, while maintaining core capabilities on a continuous basis. The capability to provide "just-in-time" performance shall be critical to managing the dynamic nature of the required support.

C.9.9.3 Plan, Execute IW Assessment and Integration. The contractor will support Government, Event Planners, and functional leads in the development and delivery of IW events, studies, and exercises.

C.9.9.4 Lists common products needed to execute the assessment and integration mission. Known and emerging IW events studies and exercises include but are not limited to: a. Joint Force IW Assessmentb. SOF-CF I-3 Implementationc. NAR Study Implementationd. Implementation of previous Joint Force IW Assessmentse. Counter Threat Network (CTN) Campaigning Assessmentf. Revision of DoD Stabilization Policyg. USAID Stabilization Studyh. DoD Countering Unconventional Warfare Studyi. NATO Efforts to Counter Hybrid Warfarej. IW Messaging (articles and journals for publication)k. Interagency Task Force Optimization and Templatel. CTTO Assessments m. Analysis, Actions and Recommendations Reportn Joint Military Net Assessment Working Groupo. Transregional Authorities Review Board

C.9.9.5 Strategic Document Review and Comments. Review, comment, and suggest improvements on documents being worked by the Joint Staff in support of the Joint Strategic Planning Process (JSPS). Comments will be constructive and focused on improving content, for accuracy, or clarity of the information. Review will focus on ensuring IW and IW-related issues are appropriately represented, and where necessary, capture those gaps and shortfalls in capability and capacity that the IW community of interest should be made aware or may provide solutions for. Work on this task requires a TS/SCI and ACCM. Known and emerging documents include but are not limited to:a. Unified Command Plan (UCP)b. National Military Strategy (NMS)c. Joint Strategic Capabilities Plan (JSCP)d. Chairman’s Joint Training Guidance (CJTG)e. Annual (formerly Comprehensive) Joint Assessment (CJA/AJA)f. CJCS Risk Assessment (CRA)g. Joint Strategy Review (JSR)h. Capability Gap Assessment (CGA)i. DoD Strategy for Operations in the Information Environmentj. DoD Strategy for Combating Terrorism

Page 40: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 40 of 121

k. DoD Strategy for Countering Unconventional Warfarel. National Military Strategic Plan (NMSP) and NMS Implementation Guidance Documentsm. Analysis of CCMD CTTO Assessmentsn. Analysis of CCMD CTTO Assessments Taskso. Joint Concept for Integrated Campaignp. Joint Concept for Operating in the Information Environmentq. Joint Concepts for 4+1 Threatsr. Joint Military Net Assessment

C.9.9.6 Provide a broad spectrum of non-personal services support which will enable the Joint Staff to successfully execute the role of Joint Force IW assessor and integrator. These requirements include the full spectrum of operations required to conduct events. These events include planning, scheduling, logistics, management, scenario development, database builds, execution, doctrine development, analysis / assessment, operations as well as recommending capability development, and all of the other elements associated with assessment and integration. The community of interest flexes, expands, and continues to change as the emphasis on national security is revised to national defense. The Contractor will provide the technical and subject matter expertise to provide exercise event execution in support of the CJCS. The contractor will be responsible for a broad range of actions resulting in simultaneous execution of myriad tasks with the results necessary to meet the mission and prepare future capabilities.

C.9.9.7 Joint Force IW assessment. The services required includes research, analysis, and drafting the final report of the Service survey responses assessing the capability and capacity of the Armed Forces, to include the defense intelligence community, to conduct IW, which includes an assessment of emerging threats, capabilities and Department of Defense (DoD) wide compliance with existing IW policy and directives. The expertise should provide specific and actionable recommendations on how to maintain, develop, and integrate existing and future IW capabilities and make provide recommendations for the development of follow-on assessment design and scope. Work on this task requires a Top Secret (TS) with Sensitive Compartmented Information (SCI) and Alternative Compensatory Control Measures (ACCM) clearance.C.9.9.8 Israel Defense Force Countering Hybrid Threats Seminar Series. The services required include preparation of briefs and materials required in advance of and during execution of the seminar, to include conducting research and analytical support for seminar events and materials. The required services also include preparing after action reports incorporating seminar findings and recommendations into lessons learned, doctrine, concept development, experimentation, training, and material development efforts. The required services include attending meetings and collaborating with IDF, DoD, and academic, and other government agency partners before and after seminars.

C.9.9.9 IW-SFA ESC. The services required include research, analysis, and documenting enduring IW requirements; providing research, analysis, and coordination support to the development and implementation of the IW Integration Plan; conduct research and analysis and support the preparation and coordination of concepts for Quadrennial Defense Review (QDR); and initiatives in upcoming strategic guidance and the Planning, Programming, Budgeting, and Execution Process (PPBE). The required service also includes the preparation of memoranda, strategic documents, briefs, and other materials before and after ESC and IW working group meetings and maintaining collaborative portals on both classified and unclassified networks. Work on this task requires a TS/SCI and ACCM clearance.

C.9.9.10 IW Capability Based Assessment (CBA) Review Group. The services required include the development, refinement, and transition of solutions, identification of technical issues, and DOTMLPF-P change recommendations.

C.9.9.11 CJCS Instruction 3210.06 Series “Irregular Warfare”. The services required include the revision and coordination of CJCS Instruction 3210.06 Series, which includes a review of functional responsibilities and identification of analytic and process gaps.

C.9.9.12 CJCS Directed Senior Executive Table-Top Exercises on IW Topics. Services required include technical and subject matter expertise to provide exercise event execution in support of the CJCS, to include scenario

Page 41: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 41 of 121

development, research, and analysis of relevant topics, drafting follow-on reports, and providing event execution support, including administrative and logistical support. Work on this task requires a TS/SCI and ACCM.

C.9.9.13 Research, develop, sustain, and transition Irregular Warfare training and training support tools for the strategic, operational, and tactical level based on requirements. The goal of these research and development efforts is to increase the efficiency with which trainers and operators can generate relevant training stimuli by automating routine processes and the handling, sorting, and presentation of large volumes of data, especially qualitative data from the human socio-cultural behavior domain.

C.9.10 Higher Headquarters Executive-Level Support.

Higher headquarters, such as OSD, JS and CCDRs, occasionally require support for strategic planning, policy development and review, impact studies, meeting facilitation, and organizational process improvement. The scope of the higher-headquarters executive-level support also includes, but is not limited to, the application of continuous performance improvement methods, integrating Private Sector and DoD best business and management practices and processes, as well as similar approaches that contribute to the strategic initiatives of the organization's mission, vision and goals of the joint training environment. Contractor will execute tasks in the development and distribution of higher-headquarters executive-level support. Requirements include the following: a. Develop strategic plans, organizational performance assessments, executive strategic communication plans. b. Leverage knowledge and information management (KM and IM), standardize and streamlining internal business processes, for a process improvement outcome. c. Standardize and streamline internal business processes. Apply continuous performance improvement methods; integrating Private Sector and DoD best business and management practices processes such as Activity-Based Management, LEAN Six Sigma, Project Management, and similar approaches. Conduct an assessment of business processes and present findings. Outline roles, responsibilities, charters, and develop templates to improve strategic initiatives. d. Develop strategic plans based on reviews and recommendations on guidance and policy documents.e. Develop and maintain strategic planning calendar, cross-organization planning and integrations efforts. f. Prepare and maintain meeting agendas, conduct research in order to prepare briefs, pre-brief leaders, prepare and review materials used for events, and develop courses of action and decision papers. g. Prepare and deliver tools, such as Balanced-Scorecard, to assist in strategic planning processes and analysis for the organization’s strategic initiatives. h. Manage the governance process requirements of identifying, validating, documenting requirements, coordinating meeting agendas, conducting research, drafting documents, and capturing discussion and action items.i. Maintain and update the organization-wide processes for support the implementation of an assessment plan to evaluate the ability to deliver products and services in accordance with strategic guidance and assessment tools. j. Conduct analysis to identify performance trends and training gaps. k. Gather internal and external surveys and feedback to identify process improvements and assist in preparing annual reviews.

C.9.10.1 Strategic communication. Develop and implement strategic communication plan that addresses internal and external communication and engagement needs.

a. Develop and monitor the communication strategy. Ensure the development of strategic communications messages in brochures, flyers, videos, speeches, and briefings produced by the various organizations, or groups within an organization, are consistent and coherent with the overall strategy. Support the engagement of leadership associated with OSD, Joint Staff, Combatant Commands, Military Services, academia, industry, Distinguished Visitors (DV), and institutions involved in professional military education in a variety of forums.

b.Coordinate meetings, drafting agendas, preparing briefs, pre-briefing leadership, preparing minutes and identifying action items.

C.9.11 Joint Training Core Support

Page 42: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 42 of 121

C.9.11.1 Joint Training Core Support Functional Areas is defined as the broad spectrum of commonly shared tasks necessary to enable the JS to accomplishment the training support functions. They are captured under a single collective functional area because it is inefficient and ineffective for each functional area to dedicate resources and replicate these capabilities. Examples of joint training core support tasks include support to the Suffolk campus facilities and infrastructure, process improvement, Information Technology System Administration, and activities traditionally performed by the Office of the Chief of Staff (CoS). The Contractor will provide services to joint training core support tasks and subtasks requirements including:

C.9.11.2 Core Support Functions identified in this PWS subsection include supported tasks related to: Facility Management; Graphics Support Operations; Audio/Video and Video Teleconferencing Services (AV and VTC); Warehousing; and Supply/Mailroom Operations.

C.9.11.3 Facility Management, infrastructure support and customer service encompass the management and execution of the warehouse, graphics shop, customer service center, protocol, event in-processing, mission support logistics, audio/video support; video teleconferencing support, and facilities technical support. The work requires a variety of well- established warehousing and material handling methods and techniques.

C.9.11.4 Graphics Support Operations. The Contractor will manage graphics shop operations to meet event-specific and day-to-day operations for the JS. Requirements include the following:

a. Design, print, and finish conference materials, badges, signs, pamphlets, brochures, web graphics, photos, lamination of maps, and operation and maintenance of engraver equipment.

b. Provide photography support including flag, general officer, and VIP visits, promotion and retirement ceremonies, lobby and special events, on-the-spot awards, public relations, and documenting training events. Photograph portraits, print photograph, produce photo CD ROM, and by maintain the camera loan program.

c. Maintain and update inventory of the graphics shop supplies and materials in order to ensure inventory control, as well as Material Safety Data Sheets (MSDS) and safety information.

C.9.11.5 Audio/Video and Video Teleconferencing Services (AV and VTC). AV/VTC support technical services provide the coordination, facilitation, scheduling of spaces and resources, video recording and the operation and maintenance of equipment. Exercise, non-exercise and training event AV/VTC support may be emergent requirements and may have less than a 24 hour notice response time with Saturday and Sunday services. Requirements include the following: a. Manage the AV/VTC network design to provide upgrades and migration, hardware and software upgrades, installation, configuration management, system integrity, security, trouble-shooting, and documentation for various classified and unclassified systems.

b. Configure and manage telecommunications switching systems supporting IP addresses and ISDN-based VTC (including ISDN switches, CODECs and MCUs) to meet 100% availability of critically defined VTC capabilities.

c. Research technical designs for VTC emerging technologies and assist in developing and upgrading technical designs. Repair current technological capabilities or install new AV/VTC capabilities.

d. Process and document AVS feedback information and customer requests for assistance with briefings, presentations, and VTC sessions.

e. Plan for and perform scheduled and unscheduled maintenance of all related audio, video and VTC equipment, IP and ISDN-based VTC systems, cameras, digital white boards, switchers, routers, computer-based control systems, gateways, MCUs Desktop VTC, and associated test equipment, manuals, and wiring diagrams. Test equipment prior to fielding to ensure efficient equipment operability. Provide contingency plans if equipment fails.

f. Install, configure, evaluate, and operate and maintain microcontrollers (MCUs), AV switches, video streaming, control systems.

Page 43: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 43 of 121

g. Adhere to all COMSEC required training, support and provide secure configurations. Ensure COMSEC available to support mission as required. Coordinate and conduct COMSEC maintenance and updates with applicable COMSEC POCs. Key and configure encryption devices to ensure full operations. Prepare for and comply with Headquarters’ and internal inspections reports.

C.9.11.6 Warehousing. The mission requires the support of a large scale warehouse capable of receiving, tracking, storing, and shipping, delivering and receiving material and systems equipment. The Contractor will operate and maintain warehouse to provide continuous warehousing support to training operations. This includes the inspection, shipping, handling, and packaging of supplies and equipment, and manages equipment stored in the warehouse in accordance with shipping and receiving government policy. The standard hours of operation for the Warehouse and Shipping and Receiving Center are from 0700-1600 Monday through Friday. A 24-hour, 7-days a week operation or any deviation of the standard warehouse operating schedule will be defined by the event schedule. Requirements include the following:

a. Move, track and store simulation and C4I systems equipment and other Government-designated equipment in support of JS and JS supported operations.

b. Prepare simulation system remote suite equipment and other Government-designated equipment for shipment to remote sites, ensuring the accurate exercise-driven number of components and items are packed, unpacked, accounted for, and shipped to sites designated by the Government Event Planner.c. Maintain inventory and track accountability of simulation, C4I, and other system equipment during shipment, and during operation at the remote sites. Immediately notify the TO COR of any lost or damaged equipment.

d. Manage receipt, distribution, inventory, track accountability and proper storage of materials and equipment at the specified warehouse sites supporting JS operations and functions. This includes support to other organizations that share facilities with JS or organizations that receive warehouse support from JS.

e. Coordinate the availability of government-owned administrative support equipment (FAX, copier, etc.) at remote sites.

f. Identify defective equipment returning from exercise locations and process for repair, replacement or disposal.

g. Move, pack and ship simulation and C4I system and other operational hardware within the JS facility.

h. Coordinate the repair and maintenance of remote equipment to ensure efficiency.

i. Inventory on-hand and required JS consumables. Inventory will include the level of consumables needed to support the exercise and non-exercise operations.

j. Provide transportation capabilities such as annually leased box and panel trucks for moving items between JS locations as well as disposing of items through DLA. These capabilities shall include necessary fuel and toll passes.

C.9.11.7 Consumables. The Contractor will operate a consumable supply store for common office items from 0700 to 1600, Monday through Friday.

C.9.11.8 Mailroom. The Contractor will operate a central mail center that provides classified and unclassified mail and commercial small package handling services for Official Mail only.

a. Pickup and deliver incoming and outgoing U.S. Postal Service mail, guard mail and commercial small packages utilizing Contractor-supplied vehicle.

b. Receive and control all United States and NATO classified material, secret and below.

Page 44: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 44 of 121

C.9.11.9 Photographic Support and Printing Services. Provide full photographic design and photographic support and related production and reproduction services in support of JS operations. This support includes photographer support; photographic editing and printing; and professional photographic operations.

C.9.11.10 Protocol. The Protocol Office arranges and coordinates schedules, and provides assistance to JS enterprise partner units, as well as local, state, and federal agencies and/or Visitor’s Bureau Center on matters pertaining to protocol.

a. Organize protocol services for JS-hosted visits as well as providing support in the hosting of official visits, visitors, conferences, and social events at JS and to the other directorates and commands.

b. Advise and assist in matters pertaining to official ceremonies, social activities, and the status and or coordination of distinguished visitors to JS.

c. Plan and execute Distinguished Visitor events hosted by JS. Visits and functions are highly visible and directly affect the image of the organization and contribute to the ability of JS designated Flag and General Officers to establish a rapport with other organizations locally, nationally, and internationally.

C.9.11.11 Event In-Processing. The Contractor coordinates with the event planner to perform processing actions and confirm details, i.e., day and time of event, number of participants, rooms being used, time of in-processing based on number of participants, requesting access badges from Suffolk Security Office based on specific needs of the event and individual, preparing packet with participant badges and reader cards, ensuring registration of participants in JEMIS (Joint Event Management Information Software).

a. Support JS Security to ensure security information on Foreign Nationals has been received from Defense Intelligence Agency and assists to ensure security clearances are on file. Collaborate with Security to ensure security information on Foreign Nationals has been received from DIA.

b. Audit badges after an event and report to the JS Security Manager of those not returned.

c. Coordinate event with Lead Planner for event manning. Review calling message for accuracy, registering participants in JEMIS .

C.9.11.12 Mission Support Logistics. Support the functions of providing centralized support and an archive database (including total shipping costs, hotels used, and personnel supported) for all matters related to the day-to-day logistics operations of the JS. The support will be provided in accordance with current version of the established exercise and event schedule. Support requirements include Event Planning, Preparation, Execution and Assessment, Cargo Handling and Shipping. Coordinate shipments and deliveries, including classified equipment and documents, with the appropriate Transportation Management Office or Customer Service Center for small commercial shipments and MILAIR Shipments.

C.9.11.13 Infrastructure and Facilities Engineering Management. The JS enterprise facilities require efficient and sound technical support for Facility Operation and Maintenance, Systems Development and Design Services, Facility Analysis Services, Infrastructure System Services, Computer Aided Design (CAD) Services, Safety Program and Other Support Services. These services include engineering, logistical, technical, and installation support services for military exercises, experiments and demonstrations as well as the integration of upgrades and configuration changes to the JS facilities, including security systems, Emergency Power System (EPS), Uninterruptible Power Supply (UPS) Systems, and technical power system.

C.10 Personnel Resource Bands and Labor Categories

The Contractor is responsible for the selection, training, management and performance of the workforce provided to accomplish the tasks within this contract. The skills, knowledge and past experience of the various team members that would demonstrate a high probability of success is that information that may be required by the Government for task evaluation. The objective is to define what work is required for the various tasks and allow the Contractor to

Page 45: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 45 of 121

determine how to efficiently use the available workforce to meet the performance objectives. The labor categories are in bands that cover the various categories that are essentially in the same field with varying levels of experience. These categories are listed below in seven bands, Program Management, Analysts, Project Supervisors, Operations Support, Technical Support, Functional Support, and Interns.

PERSONNEL RESOURCE BAND

WORK REQUIRED BY BAND

Program Management Includes the on- and off-government site Program Manager for the Prime, Deputy Program Manager, and Senior and Executive-level corporate managers located at corporate office locations. Positions listed are the senior management level for the contract. They are required to manage the resources available, establish priorities and schedules based on Task Order requirements. They provide the interface with the KO, COR, TO COR, Senior Government leadership, in the form of briefs on project progress. They are responsible for the hiring and dismissal, training, capability development, discipline, Contractor related incident investigations, dress code, safety, and location of the employees on their team. They provide the contractor expertise necessary to support the various tasks areas contained within the contract and prepare the workforce to support emerging requirements that will evolve during the contract period of performance. They are responsible for all aspects of contract support to ensure a balance of efficient and effective operations.

Analysts Analysts are highly-skilled persons with knowledge gained over years of experience at senior levels. They provide realistic role-playing as well as reliable, consistent advice and thought-provoking recommendations to various audiences in training and real world events. They will ensure the integrity of the program and maintain a knowledge base that is consistent with the TO requirements and covers the full spectrum of tasks listed in the contract. Analysts serve as the catalyst for developing and evaluating new ideas. They provide the expertise and insight to support programs and leaders at all levels, including very senior levels, such as Governors, Combatant Commanders, SECDEF and others in the civilian and military sectors. Analysts are experienced subject matter experts in areas such as of science, diplomacy, international affairs, finance, law and law enforcement, medicine, military operations, civil engineering, and terrorism. They author, facilitate, and provide thoroughly researched scholarly and articulate analyses, conclusions, recommendations, and courses of action. May be referred to as Senior Scientists or Senior Advisors.

Project Supervisors Project supervisors are the Contractor task order leaders. As middle-level managers, they have the primary on-site responsibility for successful accomplishment of the TO requirements. They are the Contractor equivalent of the Government’s TO COR or Technical Assistant (TA). Project supervisors are responsible for ensuring both the contractor and government personnel have a clear understanding of the tasks, resources, capabilities, priorities, schedules, metrics, risks, and desired end-state. While they are not required to be subject matter experts in all of the areas of their assigned task order, they are expected to fill a production role, vice exclusively manage the Contractor work force. They are responsible for maintaining accurate records of resources expended, estimates of resources required to completion, and the daily status of their Contractor workforce. They are responsible for progress reports. They keep the TO COR and TA informed of production issues and remedial actions.

Operations Support The following capabilities are typical of operations support labor: JST equivalent of event planners, response cell I/Cs and senior controllers, data collection and assessment, operations research, military and political analysts, instructors, courseware and doctrine developers, scenario developers, intelligence specialists, sustainment, AT/FP, event logisticians, and other operational disciplines specified at the TO level essential to the support requirements set forth in this performance based work statement.

Technical Support Work designated as technical support provide a wide variety of technical and engineering services and expertise required for planning, architecture development, instruction, technical environment support, Cybersecurity and execution and assessment of the M&S and C4I necessary to support requirements set forth in this performance based work statement.

Page 46: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 46 of 121

Additional typical areas listed as technical support include: engineers, computer programmers, model management and development, networks and content management, personal computer (PC) technicians, communications, information management/knowledge management (IM/KM), Modeling and Simulation (M&S), help desk technical support, audio visual operations, web design and development, CCTV, video production, and other technical disciplines essential to the support requirements set forth in this performance based work statement. Cybersecurity support includes Auditor, Certifier, Compliance Analyst, Information System Security Manger, Risk and vulnerability Analyst, Validator and Incident Handler.

Functional Support Work to be performed in this category will include programmatic and event support not covered above. Positions provide material research, contracts administration, CTR timekeeping, invoicing, and other fiscal support of not inherently governmental functions related to the JS or other customer organization's staff. They perform the contract-related Corporate administrative functions for the Prime and Subcontractors.

LABOR CATEGORIESProgram Management Resource

Band/ Labor Category Qualifications and EducationProgram Manager I

*Directly supporting the Technical Functional areas (1 thru 10) of

section C.9 of this PWS

Program Manager I Qualifications:a. Education: Masters of Science degree from an accredited college or university in Management, Engineering, Computer Science, Management of Information Systems (MIS), or physical science in Information Systems Management, Computer Systems Analysis, Operations Research, or Systems Analysis; or an MBA; or Master’s degree from an accredited college or university in any discipline with

at least 5 years related experience, or Bachelor of Science degree in any discipline with at least 7 years related

experience performing a similar type services as a site manager job; or Graduate from a DoD Senior Service College.b. Experience: Five (5) years’ experience managing and applying knowledge of and

application of experimentation theory; Experience in developing and applying Service and Joint experimentation

models and simulation; At least three 3 years of experience in the last five (5) years in determining

program objectives and requirements, organizing and scheduling programs and projects, and developing standards and guidelines for experimentation and diverse supporting activities to include applications of intelligence models and simulations.

Demonstrated ability to plan, schedule, and coordinate all phases, including initiation, development, implementation, and maintenance of various large, difficult, and complex experimentation projects and supporting models and simulations simultaneously.

Knowledge and demonstrated ability to successfully direct, manage and coordinate enterprise-wide initiatives in the area of strategic business planning and organizational performance management.

Leadership experience in strategic planning, operations management, financial oversight, and advisory and consulting skills on controversial business issues.

Must possess experience in five (5) or more of the following: Demonstrated experience with joint and service doctrine, to include combat,

combat support and combat service support operations. Demonstrated experience with combat, combat support and combat service

support organizations, operations and exercises for fleet, battle groups, numbered air Forces, corps and divisions.

Page 47: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 47 of 121

Demonstrated experience with Joint services organizations, operations, and exercises at levels comparable to joint field training exercises.

Demonstrated experience in the preparation of scenarios for conducting joint event training.

Extensive actual knowledge of and experience with service and joint and combined staffs’ organization, functions and procedures.

Demonstrated experience in the preparation and conduct of seminars, study groups and map exercises for general officers and senior field grade officers.

Demonstrated experience in conducting instruction in both small and large group formats;

Demonstrated experience in the conduct of post-exercise effectiveness analysis and evaluations.

Demonstrated experience in the compilation and presentation, in both written and oral formats, of lessons learned and AAR materials.

Program Manager II

*Directly supporting the Core Support Functional area (11) of

section C.9 of this PWS.

Program Manager II Qualifications:a. Education: Minimum of a Bachelor’s Degree in Business Management and 3 to 5 years of experience in the skills listed below or in lieu of a Bachelor’s Degree in Business Management 10 years of cumulative experience in all skills listed below:b. Skills/Experience: Experience in the management of logistic operations or projects that

required successful completion and performance consistent with contractual requirements, government regulations and program objectives.

Analytical experience of performance under contracts to ensure proper utilization of manpower, materials, funds, facilities, and equipment.

Excellent communication, effective leadership and interpersonal skills. Experience with various computer programs (i.e. Excel, Word,

PowerPoint). Experience in advanced leadership and decision-making skills to

effectively lead cross-functional teams in a fast-paced environment. Experience interfacing with the USG KO, COR, TO COR, and Senior

Government leadership using a variety of forms and formats on project progress.

Experience managing resources, establishing priorities and schedules based on TO requirements.

Experience executing all aspects of personnel actions to include hiring/dismissal, training, capability development, discipline, CTR- related incident investigations, dress code, and safety.

Program Supervisor Resource Band/ Labor Category Qualifications and Education

Program/Project Supervisor Program/Project Supervisor Qualifications:a. Education:Bachelor’s degree from an accredited college or university in Personnel Management, Engineering or Computer Science.b. Experience: At least 5 years’ experience in organizing and managing high performing

organizations. At least 5 years’ experience in program and project management, emergency

preparedness operations, emergency planning, emergency training, or continuity program support.

At least 3 years’ experience in planning, scheduling and coordinating joint training activities.

Extensive knowledge and ability to successfully direct, manage and coordinate

Page 48: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 48 of 121

enterprise-wide initiatives in the area of strategic business planning and organizational performance management.

Leadership experience in strategic planning, operations management, financial oversight, and advisory and consulting skills on controversial business issues.

Demonstrated experience in the preparation of scenarios for joint training events.

Warehouse Supervisor Warehouse Supervisor Qualifications:a. Education: Associates Degree from an accredited college, university or technical institution in Warehouse management / Operations and Supply Chain Managementb. Skills/Experience: At least 1 to 3 years of experience as a manager of logistics operations and

supply chain management. At least 1 to 3 years of experience using the JS Defense Property

Accountability System (DPAS) property book. At least 1 to 3 years of experience managing warehouse receiving operations

and security procedures involved. At least 1 to 3 years of experience in material handling, equipment preventative

maintenance and HAZAMAT procedures.Facility Operation And Maintenance

Supervisory SupportFacility Operation And Maintenance Supervisory Support Qualifications:a. Education: Noneb. Skills/Experience: At least 1 to 3 years of experience executing facility support operations using

a service ticket system. At least 1 to 3 years of experience coordinating/scheduling to perform

required maintenance and coordinate/de-conflict with Division representatives.

At least 1 to 3 years of experience executing Lockout/Tag-out (LOTO) Manual program.

At least 1 to 3 years of experience using AUTOCAD, Excel, and Microsoft Project Manager.

At least 1 to 3 years of experience developing and submitting work order request for facility maintenance approval and scheduling.

Analysts Resource Band/ Labor Category

Qualifications and Education

Analyst I Specialist Analyst I Specialist Qualifications:a. Education: No degree with at least 5 years warfighting operational experience.b. Experience: At least 3 years’ experience in two (2) or more of the following:

Experience in performing, coordinating and/or delivering training to CCMD and Joint Task Force Headquarters staffs.

Experience in performing functional area training in one or more of the following: fire support, targeting, information operations, cyberspace operations, maritime operations, air operations, amphibious operations, theater ballistic missile operations, interagency operations, joint sustainment operations, or space operations.

Knowledge of Joint Staff joint training internal procedures and staff operations.

Demonstrated ability to professionally interface, produce documentation for, provide presentations and speak with authority to senior military and other DOD personnel and organizations.

Experience in military and national level intelligence gathering techniques

Page 49: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 49 of 121

and analysis. Training and operational experience as a military intelligence officer/non-commissioned officer strongly preferred.

Knowledge of event rules of engagement. Knowledge of JECG organization and functions. Experience with Intelligence collection, dissemination procedures and

concepts. Experience with collecting data, analytical analysis and determining courses

of action. Experience with providing strategies and recommending solutions for risk

mitigation. Experience in the development of analytical test plans and procedures. Experience in conducting quantitative and qualitative analysis and

evaluations.

Senior Analyst II Specialist Senior Analyst II Specialist Qualifications:a. Education: Bachelor's degree with a minimum of 3 years’ experience; or No degree with at least 7 years warfighting operational experience.b. Experience: Experience in three (3) or more areas of Operations Specialist I; and Demonstrated success in two (2) or more of the following areas:- Experience with the Joint Event Life Cycle (JELC). Experience in conducting operations in the JECG. Experience in conducting operations in a simulation control cell, component

control cell, intelligence control cell, MSEL/Script control cell, Neutral Force Cell and an AAR cell.

Experience with communications and information systems training. Experience in training deficiency resolution. Experience with JMETL, UJTL, and MTP; Experience in developing and presenting doctrinal reports, messages,

orders, map overlays, and graphical symbology for communications. Experience in the Intelligence system and capabilities for both the US and

opposing force to include management, collection, processing and dissemination of intelligence.

Experience in Special Operations Forces (SOF) simulations requirements (e.g., civil affairs, psychological operations, strategic reconnaissance and direct action teams);

Knowledge of Joint Doctrine. Experience in Counterinsurgency operations and Irregular Warfare; Experience in Cyberspace Operations Training; Experience using confederated models JTLS, JLVC, JCATS, JOPES, and

other M&S applications. Knowledge of event Rules of Engagement. Experience in developing military logistics operations plans (e.g.,

transportation, movement, deployment, engineering, petroleum, munitions, maintenance, supply, medical, sealift, sustainment, salvage).

Experience with combat systems support training. Experience with C4I systems and interfaces. Experience with communications and information systems training. Experience with collecting data, analytical analysis and determining courses

of action. Experience with providing strategies and recommending solutions for risk

mitigation.

Page 50: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 50 of 121

Experience in the development of analytical test plans and procedures. Experience in the compilation and presentation of lessons learned and after

action review material. Experience in conducting quantitative and qualitative analysis and

evaluations.Senior Analyst Specialist III Senior Analyst Specialist III Qualifications:

a. Education: Doctorate degree from an accredited university or college; or Master's degree with a minimum of 4 years’ experience, or Bachelor's degree with a minimum of 8 years’ experience; or No degree with at more than 10 years warfighting operational experienceb. Experience: Experience in three (3) or more areas of Analyst Specialist I; and Demonstrated success in two (2) or more of the following areas: Experience with the Joint Event Life Cycle (JELC). Experience with Service and Joint doctrine. Prior service and joint force experience with Joint and Service doctrine,

combat, combat service, combat service support, equipment, and staff procedures as well as expertise on DoD Joint after Action Review (JAAR) procedures, deficiency resolution procedures and continuous improvement of DoD operations.

Experience in the development of military short and long-range logistics management and planning.

Experience with the Joint Event Life Cycle (JELC). Experience with joint, combined staffs organization, functions and

procedures. Experience in the preparation and conduct of seminars, study groups and

map events for general officers and senior field grade officers. Experience in conducting instruction in both small and large group formats. Experience in the conducting quantitative and qualitative analysis and

evaluations. Experience in the compilation and presentation, in both written and oral

formats, of lessons learned and After Action Review (AAR) materials. Actual Joint Staff or organization experience at the field grade or above or a

civilian equivalent. Knowledge and experience in After Action Report (AAR) products, their

support data requirements and data sources. Experience with and the ability to establish mission awareness. Experience and understanding of theater and campaign planning. Experience with developing and presenting briefs to Senior Military and

Civilian personnel. Expert knowledge of Rules of Engagement and their interpretation from a

tactical, operational, and strategic perspective. Expert ability to enhance the readiness of Joint Force Development across a

wide range of strategic, operational, joint, functional, technical, managerial, and developmental issues.

Experience in participating in war games, Warfighting courses, operational planning, operations exercises, developing and evaluating new ideas.

Knowledge of the purpose, roles and responsibilities of the JECG in the successful accomplishment of a training event.

Expert knowledge and experience to support programs and leaders at all levels, including very senior levels, such as Governors, Combatant Commanders, SECDEF and others in the civilian and military sectors.

Experience in areas of science, diplomacy, international affairs, finance, law and law enforcement, medicine, military operations, civil engineering,

Page 51: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 51 of 121

and terrorism. Competency and access to resources necessary to evaluate and make

recommendations on policy and position papers from a senior-leadership perspective.

Experience with collecting data, analytical analysis and determining courses of action.

Experience with providing strategies and recommending solutions for risk mitigation.

Experience in the compilation and presentation of lessons learned and after action review material.

Experience in the development of analytical test plans and procedures. Experience in the conduct of post experimentation event effectiveness

analysis and evaluations.

Operational Support Resource Band/ Labor Category Qualifications and EducationOperational Specialist I Operational Specialist I Qualifications:

a. Education: No degree with at least four (4) years warfighting operational experience.

b. Experience: Operations Specialist I should have at least 3 years’ experience in the joint

planning process; and Demonstrated success in two (2) or more of the following broad operational

areas: Knowledge of military rules of engagement. Experience with military exercise and event planning. Experience with performing and delivering simulation training. Knowledge of military organizational internal procedures and staff

operations. Ability to professionally interface, product documentation for, provide

presentations and speak with authority to senior military and other DoD personnel and organizations.

Experience in military and national level intelligence gathering techniques. Knowledge of and experience in Intelligence collection and dissemination

procedures and concepts. Familiarity with the Senior Enlisted Joint Professional Military Education

(SEJPME) Program and Curriculum. Familiarity with Learning Management Systems (LMS) and Sharable

Content Object Resource Model (SCORM). Experience with eLearning and curriculum and courseware authoring for

web-based training and education development. 1 to 3 years’ experience with eLearning practices and technology strategies

in a military training environment. 1 to 3 years’ experience with Learning Management Systems (LMS). 1 to 3 years’ experience with Advanced Distributed Learning (ADL)

Operational Specialist II Operational Specialist II Qualifications:a. Education: Associate’s degree with a minimum of 6 years’ experience; or Bachelor's degree with a minimum of 4 years’ experience; or No degree with at least 7 years warfighting operational experience.b. Experience: Experience in three (3) or more areas of Operations Specialist I; and Demonstrated success in two (2) or more of the following operational areas: At least 4 years’ experience in joint training.

Page 52: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 52 of 121

Knowledge and experience with Joint and Service doctrine, combat, combat service, combat service support and equipment.

Knowledge of and experience with performing functional area training (fire support, information operations unit maneuver, maritime operations, air operations, amphibious operations, theater ballistic missile operations, space warfare and others required for a specific event).

Experience and ability to develop rotational event timelines with required deliverables.

Knowledge and experience in event After Action Report (AAR) products and procedures.

Demonstrated ability to perform and develop relationship with Observer/Trainers (OT’s), Operations and Work Cell Augmentees.

Knowledge and ability to develop and present briefs for problem resolution. Knowledge and experience with communications and information systems

training. Knowledge and experience of procedures for simulation system response cell

augmentees (e.g., role playing, data entry and game entity control by role players, handling of computer generated data. access rules in simulation centers).

Knowledge of relationships between the response cell and the training audience.

Knowledge of the procedures necessary for using confederated models and for managing the confederation, JTLS, JLVC, JCATS, JOPES, and emerging applications.

Knowledge and ability to handle special functions and procedures such as moving a unit from one location to another instantly, effecting an arbitrary increase or decrease of unit strength or supplies or reinstating or removing a unit from the simulation.

Knowledge of functions of the Joint Exercise Control Group (JECG) group and their impact on the response cell.

Experience in developing and presenting doctrinal reports, messages, orders, map overlays, and graphical symbology for communications.

Experience in Master Scenario Events List (MSEL) planning and development.

Ability to incorporate joint training special event functions and roles, such as medical, legal, and public.

Knowledge and experience with communications and information systems training.

Experience in military and national level intelligence gathering techniques and analysis. Training and operational experience as a military intelligence officer/non-commissioned officer strongly preferred.

Knowledge and experience in Joint Doctrine. Experience designing and developing interactive web-based learning and

blended learning courses. Experience with eLearning and curriculum and courseware authoring for

web-based training and education development. At least 3 years’ experience as an Instructional Systems Designer in

developing complex level interactive courseware. At least 3 years’ experience with eLearning practices and technology

strategies in a military training environment. At least 3 years’ experience with Learning Management Systems (LMS). At least 3 years’ experience with Advanced Distributed Learning (ADL).

Senior Operational Specialist III Senior Operational Specialist III Qualifications:a. Education: Doctorate degree from an accredited university or college; or

Page 53: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 53 of 121

Master's degree with a minimum of 4 years’ experience, or Bachelor's degree with a minimum of 8 years’ experience; or No degree with at least 10 years warfighting operational experience.b. Experience: Operations Specialist III must have experience in five (5) or more broad

operational areas: Demonstrated ability and experience in conducting operations in the Joint

Exercise Control Group (JECG). Demonstrated ability and experience in conducting operations in a

simulation control cell, component control cell, intelligence control cell, MSEL, Script control cell, Neutral Force Cell and an AAR cell.

Knowledge and experience with communications and information systems training.

Demonstrated ability and experience in controlling and analyzing both blue and opposing force play and employ applications (model changes as technology and event changes).

Demonstrated ability and experience in conducting rotational training events on Joint doctrine, combat operations, and equipment and staff.

Demonstrated knowledge and experience in JECG techniques, deficiency resolution, the Rules and Workarounds Books appropriate to given computer models and other topics provided to response cell members.

Demonstrated knowledge and experience on JMETL, UJTL, and MTP. Demonstrated ability and experience in developing and presenting doctrinal

reports, messages, orders, map overlays, and graphical symbology for communications.

Knowledge and experience in the Intelligence system and capabilities for both the US and designated opposing force to include management, collection, processing and dissemination of intelligence.

Knowledge and experience in Special Operations Forces (SOF) simulations requirements (e.g., civil affairs, psychological operations, strategic reconnaissance and direct action teams).

Knowledge and experience in Doctrine for apportionment, allocation and employment of air combat power, air transport (intra and inter-theater), Air Land, air reconnaissance, and Air Tasking Order preparation and formatting.

Knowledge and experience in emerging doctrine and TTPs associated with Counterinsurgency operations and Irregular Warfare.

Knowledge and expertise in Cyberspace Operations Training. Knowledge of the procedures necessary for using confederated models and

for managing the confederation, JTLS, JLVC, JCATS, JOPES, and other emerging applications.

Knowledge of event Rules of Engagement. Knowledge of Logistics operations, simulation requirements (transportation,

movement, deployment, engineering, petroleum, munitions, maintenance, supply, medical, sealift, sustainment, salvage).

Knowledge and experience with combat systems support training. Ability to incorporate special event functions and roles, such as medical,

legal, and public. Experience in C4I systems and interfaces, including data and control. Knowledge and experience with communications and information systems

training. Experience in Master Scenario Events List (MSEL) Development and

Execution processes. At least 6 years’ experience as an Instructional Systems Designer in

developing complex level interactive courseware.

Page 54: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 54 of 121

At least 6 years’ experience with eLearning practices and technology strategies in a military training environment.

At least 6 years’ experience conducting analysis to define learning objectives; design and develop training courses, technology-based courseware.

At least 6 years’ experience supporting Senior Enlisted Joint Professional Military Education (SEJPME).

At least 6 years’ experience with Learning Management Systems (LMS). At least 6 years’ experience with Advanced Distributed Learning (ADL).

Warehouse Technician Warehouse Technician Qualifications:a. Education: Noneb. Skills/Experience:- At least 1 to 3 years of experience executing receiving, storing and shipping of

property, unloading and distributing equipment and supplies, palletizing materials and processing items for disposal to DRMO.

- At least 1 to 3 years of experience executing inventory control duties; Working with Defense Property Accountability System (DPAS) database.

- At least 1 to 3 years of experience providing quality customer service.- At least 1 to 3 years of experience operating forklift.- At least 1 to 3 years of experience executing all aspects of warehouse operations.

Graphics Operations Support Graphics Operations Support Qualifications:a. Education: Noneb. Skills/Experience- At least 2 to 3 years of experience in design, print & finish, matt, frame, &

finish materials.- At least 2 to 3 years of experience installing vinyl lettering on doors & glass,

spanner signs, direction signs, and artwork.- At least 2 to 3 years of experience in requisitioning required supplies, materials

inventory control, as well as MSDS safety sheets information.- At least 2 to 3 years of experience operating & maintaining engraving

machines, including a plastic and brass engraver.- At least 2 to 3 years of experience providing photography support.

Mailroom Services/Supply Store Operational Support

Mailroom Services/Supply Store Operational Support Qualifications:a. Education: Noneb. Skills:- At least 2 to 3 years of experience operating a consumable supply store for

common office items.- At least 2 to 3 years of experience ordering & distributing supply items.- At least 2 to 3 years of experience maintaining an automated inventory and

ordering system, conducting a daily inventory of supplies and restocking to the issue point.

- At least 2 to 3 years of experience operating a central mail center providing classified & unclassified mail and commercial small package handling services, deliver out-going mail to designated locations.

- At least 2 to 3 years of experience Process & ship expedited , registered, certified, & insured mail and receive and control U. S. & NATO classified material.

- At least 2 to 3 years of experience working with classified material up to Secret classification.

Facility And Maintenance Operational Support

Facility And Maintenance Operational Support Qualifications:a. Education: Noneb. Skills/Experience:- At least 2 to 3 years of experience executing procedures for preventive

Page 55: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 55 of 121

maintenance and operation of uninterruptable power supply, auxiliary and emergency power systems. Example (1500 KVA UPS system, 1.4 MG generators, 500 KW auxiliary power system).- At least 2 to 3 years of experience/familiarity with Destructive Weather,

Emergency Response and Antiterrorism/Force Protection plans, conducting damage assessments and remediation activities.

- At least 2 to 3 years of experience using AutoCAD system.- At least 2 to 3 years of experience/familiarity with ADA, OSHA, state and

local standards for industrial and administrative office buildings.

Technical Support Resource Band/ Labor Category

Qualifications and Education

Technical Specialist I Technical Specialist I Qualifications:a. Education: Associates degree from an accredited college or university in Computer

Science, Information Systems Management, or Computer Science Application Management or related field; or

No degree and 3 years’ experience in technical areas with the operation, design, development, documentation, and operation of distributed computer M&S.

b. Certifications: Security Plus/Network+ Operating System Certification

c. Experience: Demonstrated success in one (1) or more technical areas: Experience with simulation system design, functions, installation of hardware

and software, operator maintenance, database development, quick fix software procedures, C4 systems support, maintenance, and system techniques and deficiency resolution procedures.

Experience with the ability to assemble, disassemble, configure, pack, ship and operate maintenance of C4 systems, simulation systems, computer hardware and software for events.

Experience in conducting site survey identifying critical support requirements and deficiencies for facility space, power, environmental control, C4 systems, encryption equipment, radio propagation diagrams, frequency control, LAN, telephone requirements, VTC communications, communications diagrams, circuitry, and all facets of communications and information processing to include tactical and strategic interfaces for events.

Knowledge of systems communications requirements including interface with Joint doctrinal communications systems;

Experience with the maintenance of essential levels of communications: VTC communications; and information security: long haul communications.

Experience with the interface of special interest circuits (e.g., GCCS, JDISS, JWICS).

Knowledge of simulation system computer model database development and modification.

Experience with the identification and operation of the software required to support training events and its functions.

Experience with data collection, correlation, analysis, storage and transfer; database creation, After Action Reports (AAR), and graphics development.

Page 56: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 56 of 121

Experience with Audio and Visual Teleconference (AV/VTC) Support. Experience with performing information systems customer support on

networks, and other work in the client/server field, or related fields.

Technical Specialist II Technical Specialist II Qualifications:a. Education: Bachelor of Science degree from an accredited college or university in

Computer Science, Information Systems Management, or Computer Science Application Management or related field and 3 years’

professional experience; or No degree and 4 to 9 years’ experience of technical areas with the operation,

design, development, documentation, and operation of distributed computer M&S.

b. Certifications: Security Plus/Network+ Operating System Certification

c. Experience: Demonstrated success in one (1) or more technical areas: Experience in the application of computer models and simulations used for

operational planning or joint experimentation support of theory, development, and applications.

Experience in tracking unit status in the models and translating their location, actions and logistical status to tactical display formats and SOPs.

Experience with initiating requests for employment of warfighting resources to support the maneuver plan.

Knowledge of employment of air defense resources and air defense unit role-playing, implementation of the air campaign plan, and Implementation of the plans, orders and directives and Air Force, Navy, Marine, and Army operations.

Knowledge of intelligence sensors and radars; Knowledge and experience in employment of missile defense assets and

missile defense role-playing. Knowledge of joint service organizations, operations, exercise requirements

and military forces capabilities. Extensive knowledge of employment of logistics airlift and sealift assets. Extensive knowledge of Coalition/UN/NATO/NGO operations. Experience with Service and Joint operations. Experience with monitoring, maintaining and managing servers. Experience with testing and evaluations of modeling and simulation (M&S)

and Command and Control (C2) Systems.Senior Technical Specialist III Technical Specialist III Qualifications:

a. Education: Master's degree with a minimum of 4 years’ experience, or Bachelor's degree with a minimum of 8 years’ experience; or No degree and 10 years’ experience of technical areas with the operation,

design, development, documentation, and operation of distributed computer M&S.

b. Certifications: Security Plus/Network+ Operating System Certification/CISSP

c. Experience: Demonstrated success in one (1) or more technical areas: Experience with software development management and systems engineering

training or education (certification desired).

Page 57: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 57 of 121

Knowledge, skills and experience in planning and defining operational requirements for local and wide area communications networks (voice, data, and video).

Experience with testing and evaluations of modeling and simulation (M&S) and Command and Control (C2) Systems.

Experience in the ability to develop and maintain web-based joint training. Experience in developing and managing unique aspects of software intensive

programs. Experience with managing and integrating web-based training products

(including software, hardware, and network aspects). Familiarity and experience with Java 9 “WildFly”, Oracle 10i – moving to

PostGres SQL, Tools supporting Java Enterprise Edition such as Hibernate Java Servlet Specification, Java Server Faces, and Java EE Context Dependency Injection.

Shareable Content Object Reference Model support, Hypertext Markup Language 5 support, DoD Command Access Card Public Key Infrastructure, Schema Design, Production Language, Structured Query Language, and Database Optimization.

Analyze code, identify area of improvement for cybersecurity, enhance performance of the mobile learning suite servers, as well as their methodology for analyzing, designing, developing, testing, and fielding enhancements.

Understanding of the use of Jenkins, Eclipse, Subversion, and BugzillaTechnical Specialist IV Cybersecurity Level I

Technical Specialist IV Level I Cybersecurity Specialist Must Possess The Following DOD 8570.01-M Qualifications:a. Education:

Must hold Associate degree from accredited University or CNSSI 4011 Information System Security (INFOSEC) Professional or 3 year experience

b. Training/Certification: IAT Level 1

IAT-1 Certifications: A+, Network+, SSCP, CCNA-Security IAM Level-1

IAM-1 Certifications: CAP, GSLC, Security+ CE. Cyber Defense

CD: CEH, GCIA, CSIH, GCIH. Operating System/Computing Environment Certificate for applicable

systems (with Privileged Access). Operating System/Computing Environment (OS/CE) certificate of training.

c. Experience: 0-5 years of experience in cybersecurity or related field.

Technical Specialist VCybersecurity Level II

Technical Specialist V Level II Cybersecurity Specialist Must Possess The Following DOD 8570.01-M Qualifications:a. Education: Must hold Bachelor degree from accredited University or CNSSI 4012/4013/4014/4015/4016 or Associates degree and 10 years of experience.

b. Training/Certification: IAT Level 2:

IAT-2 Certifications: GSEC, Security+ CE, SSCP, CCNA-Security IAM Level-2:

IAM-2 Certifications: CAP, GSLC, CISM, CASP-CE, CISSP (or Associate).

Cyber Defense CD: CEH, GCIA, CSIH, GCIH

Page 58: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 58 of 121

Operating System/Computing Environment Certificate for applicable systems (with Privileged Access). Operating System/Computing Environment (OS/CE) certificate of

training.c. Experience: 5-9 years of experience in cybersecurity or related field.

Technical Specialist VI Cybersecurity Level III

Technical Specialist VI Level III Cybersecurity Specialist Must Possess The Following DOD 8570.01-M Qualifications:a. Education: Must hold Graduate degree from accredited University or CNSSI 4012/4013/4014/4015/4016 or Bachelor degree and 15 years of experience

b. Training/Certification: IAT Level 3

IAT-3 Certifications: CISA, CISSP, CASP CE, GCIH, GCED IAM Level-3

IAM-3 Certifications: GSLC, CISM, CISSP, CASP CE Cyber Defense.

CD: CEH, GCIA, CSIH, GCIH Operating System/Computing Environment Certificate for applicable

systems (with Privileged Access).Operating System/Computing Environment (OS/CE) certificate of training.

c. Experience: 10+ years of experience in cybersecurity or related field

Functional Support Specialist Resource Band/ Labor Category Qualifications and Education

Functional Specialist I Functional Specialist I Qualifications:a. Education: High School diploma with training in computer systems applications or

relational database processing capabilities.b. Experience: At least 1 year experience operating of computer system with software applications to include word processing, database, and graphics software, to include, but not limited to WordPerfect™, Microsoft Word™, Microsoft Excel™ and Microsoft PowerPoint™.

Functional Specialist II Functional Specialist II Qualifications:a. Education: Associate's Degree or equivalent in Computer Science, Information Systems,

Engineering, or other related scientific or technical discipline.b. Experience: Experience in one or more of the following: Experience and ability to perform information systems customer support on

networks, and other work in the client/server field, or related fields. Demonstrated ability to communicate orally and in writing and a positive

customer service attitude. Develops, lays out, prepares graphics using a computer system, writes, and

edits material for reports. Expert knowledge of PC operating systems, e.g., MS-Windows, as well as

networking and mail standards and demonstrated ability to work on a help desk software application.

Experience supporting heterogeneous networks with over 2000 customers.Functional Specialist III Functional Specialist III Qualifications:

a. Education:

Page 59: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 59 of 121

Bachelor of Arts or Bachelor of Science degree from an accredited college or university in one of the following academic fields: Business Administration or Management Science or a related field.

No degree and 8 years’ experience of demonstrated success across functional areas.

b. Experience: Experience in one or more of the following: Experience in the application and techniques for supporting logistical

planning and control; Experience in organizing material and completing writing assignments

according to set standards regarding order, clarity, conciseness style, and terminology.

Experience in the development of logistics management planning for large and small organizations.

Demonstrated capability in the analysis of program logistical needs, development of short and long-range logistic plans, budget analysis, and data base development for logistical use;

Experience with and knowledge of military logistical management procedures and systems.

C.11 Access to the Wounded Warrior Education and Employment Initiative (E2I) (Non-Mandatory)

The Wounded Warrior Education and Employment Initiative (E2I) is a collaborative effort, led by Department of Defense (DoD), with support from the Joint Staff, to address the synchronization, integration and possible expansion of existing education and employment support efforts for wounded, ill, and injured Service members. E2I postures the wounded, ill, and injured Service member to transition from active duty to civilian life by fine-tuning their career readiness for employment placement opportunities. Details concerning the E2I Program are being provided solely for informational purposes. The E2I Program is not mandatory and is not a requirement of this PWS. The E2I Program is not included as part of the solicitation evaluation criteria, nor will it be evaluated.

E2I operates with the goal of engaging wounded, ill, and injured Service members early in their recovery process to identify the skills they have, career opportunities that match those skills, and any additional skills they will need to be successful. This DoD program is available to all wounded, ill, and injured Service members in all branches of the Military Services, as well as all components of those Services (Active, Guard and Reserve).

E2I program works by building relationships with employers in various industries. Also, by developing strategic partnerships with employers across different industries, E2I Coordinators are better able to assist Service members by identifying career matching opportunities with an industry partner that is the best fit. The E2I program seeks to assist both the employers and Service members in making successful career decisions.

The Office of the Secretary of Defense has oversight of the E2I program and provides E2I Regional Coordinators. More information pertaining to the E2I Program is available at http://warriorcare.dodlive.mil/carecoordination/e2i/. A listing of the E2I Regional Coordinators can be found at https://warriorcare.dodlive.mil/e2i-regional-coordinators/. Contractors are responsible for contacting the applicable E21 Regional Coordinators directly should they have an interest in participating in the E2I Program.

C.12 Phased Transition (Phase-In and Phase-Out)

a. The Contractor will develop a Phased Transition Plan, which includes the contractor’s training plan for support of JS enterprise in areas awarded and tasked. For the conduct of this training, the Government will provide simulation system hardware and software, doctrinal and tactical references, training facilities, and system documentation. The Phased Transition Plan will result from a tasking under the initial order under the contract.

Page 60: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 60 of 121

b. The Plan consists of two parts: Phase-In and Phase-Out of incumbent and new contractor teams. The Phase-In will address the ramp-up in numbers of people and the transition of the work. The Phase-In requires the Contractor to work with the existing contractors in the transition of work being performed. Phase-Out of the contract will address the transition to the next Contractor Team at the end of this contract. The Phase-In and Phase-Out periods each will be no less than fourteen (14) days but no more than one hundred and twenty (120) days. The reference is to calendar days, not working days. The level of detail for the plan must be sufficient for each of the four parties to understand and be able to execute. The four parties are the Government, the incumbent Contractor; the Contractor awarded this contract, and the Contractor that will be awarded the follow-on to this contract. The plan will address the ramp up of the contract and the process to ensure that the impact to other programs within the JS enterprise or other government sites is mitigated.

c. During the period from the contract award, until the phase-out of the current contract, there will be events that are proceeding as part of the long-range schedule. The new contract personnel will assist the existing contractors in the performance of the functions with the expectation that as the events continue, the new Contractor will take on the responsibility to execute. The management of the overlap of the two contracts is a government function. Guidance will be issued providing direction and clarification of each contractor’s responsibility that is within the scope of the respective contract.

C.12.1 During transition, the Contractor will provide the following:a. Conduct indoctrination and orientation for new contractor personnel.b. Provide training to contractor personnel on specific applications unique to JS. c. Account for and transfer government property.d. Establish subcontractor teaming arrangements and automated data processing requirements.e. Exchange program-related corporate knowledge with incumbent.f. Establish MOA’s and nondisclosure agreements as required with incumbent contractors supporting JS.g. Observe and participate in exercises and support events in process. h. Develop administrative and operating processes in coordination with JS enterprise.

C.13 Other Contractor Personnel Training Requirements a. To the extent that contractor personnel, during the life of the contract, are required by the Government to be trained in the following listed areas, the training will be addressed, included, and provided for under TOs issued under the contract for implementation by the contractor:b. Program changes and future operations (i.e., training for concepts, applications, and equipment not yet included, developed, or integrated into the various JS events),c. Sustainment training (i.e., training to keep the program current with respect to operations, doctrine, and technology), and d. Event and program specific training (i.e., training, over and above the required qualifications detailed above, required to cover a specific event or the integration of multiple events into a single exercise or event).

C.13.1 Sustainment Training

C.13.1.1 This training is continuous for all contractor personnel throughout the contract period. The Contractor will operate a professional development program designed to ensure all contract personnel sustain their expert proficiency level and to update their professional, technical, simulation, and doctrinal knowledge base. The program will include any areas of JFD mission expansion (new models, doctrinal concepts, equipment, capabilities, threats, units, and missions). The Government and other JS enterprise contractor personnel may attend such training.

C.13.1.2 The deployment training (sometimes called pre-deployment training) program shall be sequenced and timed for execution during the pre-deployment phase of JFD event cycles. Some Simulation Training of contractor personnel as specified in above may be accomplished in conjunction with the contractor's training of augmentees; however, this training shall not interfere with unit augmentee training (unit augmentee training is that training provided by the Contractor to unit player/controllers who will serve in response cells, operate the simulation and make its operation transparent to that portion of the exercised unit's command post, which may be in a remote location). The Contractor will ensure that all subjects (both doctrinal and simulation) and materials are covered in

Page 61: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 61 of 121

training periods prior to deployment for each exercise. The Contractor can anticipate Government participation and Government quality assurance personnel in each training session.

C.14 Performance Reviews

The Government may schedule Contractor performance reviews. In preparation for these reviews, the Contractor shall provide a briefing that addresses the performance of the Contractor for the designated performance timeframe, plans, cost controls, issues, risks, and innovation recommendations that would improve the ability of the team to improve performance. The briefing shall cover all of the awarded TOs for that Prime during the selected reporting period. The Government Technical Assistants may be designated to present the Government’s review of the Contractor’s performance to include quality, schedules, resources, cost savings, timeliness, innovation, and improvements adopted. The purpose of this process is to ensure that a channel of communications is available to both parties to optimize contract outputs.

C.15 Contract Deliverables

Each task order will contain a list of specific deliverables necessary for the successful management and accomplishment of the task order. Below is a sample task order deliverables list:

Deliverable #

Deliverable Title Description

In Progress Review Briefing

Status of task order progress and estimate to completion

Progress, Status and Management Report

Monthly financial report indicating task order ceilings, execution performance, and forecast of resources at the end of the period of performance

Property Accountability Report

List of government property and operational status by location

End of Task Order Final Report

Self-explanatory

Quality Control Plan Description of how the Contractor is going to ensure products and services meet Government requirements

Phase-in Phase-out Plan The Contractor's transition management plan

Contractor Initial Training POI

The plan for training personnel to ensure they are ready to perform

Exercise Summary Report History of event activitiesAfter Action Review (AAR)

Graphic Data Reports for documentation of the AAR

Threat Data Analysis Battle summaries of opposing actions for AAR input.

Joint universal LessonsLearned (JULLS)

Documentation of event lessons learned

Event Joint AAR Report Report of observations of training audience responses to event stimuli. Used by higher headquarters to determine proficiency and joint and interoperability learning

Contractor Sustainment POI

Status of Contractor training program

Page 62: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 62 of 121

Deliverable #

Deliverable Title Description

Event Planning Conference or Meeting Minutes

Self-explanatory

Training Audience ReadAhead (TARA) Package

Summary of exercise design and academic training offered

Scenario/Road to ConflictSummary

Provides requisite background information

Exercise Master Scenario Events List

List of discrete event injects to add realism and manage training objective accomplishment

Exercise Simulation Control

Simulation control planning document

Rules and Workarounds Book

Document for conduct of the event, including emergency procedures

Threat / OPFOR Campaign Plan

Threat plans, directives and related details

Threat / OPFOR Supporting Orders

Threat leadership subordinate guidance information details

Threat / OPFOR Order of Battle Output

After-action data report on Threat / OPFOR

Augment and Mini-exercise Training Plan

Self-explanatory

Significant Events Journal Documentation of significant events during exercises

Contractor Event After Action Report

Contractor observations and assessment of the conduct of the event

Test Incident Report Historical record of problems encountered withgovernment-furnished computer software

SIM System Support Supplies Report

List of supplies required for support of simulations, operations including all peripheral equipment

Telecom Remoting Requirements and Site Survey

Site survey report providing the Government with specific recommendations pertaining to remoting requirements of all telecommunications

Telecommunications Service Report

Information for commercial data and telecommunications requirements for upcoming exercise support

Site Survey MOA Site survey information/requirements agreed upon by both the event customer and JS Directorate

Telecommunications Trouble Log and Network Ops Security Center (NOSC) Reports

Report of events related to installation, use, fault detection, diagnosis and related telecommunications shortfalls and NOSC Reports

NOTE: All deliverables will be provided in media designed to facilitate distribution, archiving, and retrieval that is the most advantageous to the US Government.

Page 63: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 63 of 121

C.16. CONTRACTOR MANPOWER REPORTING

"The contractor shall report ALL contractor labor hours (including subcontractor laborhours) required for performance of services provided under this contract for the Joint Chiefs of Staff (J7) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/

Reporting inputs will be for the labor executed during the period of performance duringeach Government fiscal year (FY), which runs October 1 through September 30. While inputsmay be reported any time during the FY, all data shall be reported no later than October 31 ofeach calendar year, beginning with 2013. Contractors may direct questions to the help desk athelp desk at: http://www.ecmra.mil/

EMPLOYMENT OF DEPARTMENT OF DEFENSE PERSONNEL RESTRICTED

In performing this contract, the contractor will not use as a consultant or employ (on either a full or part time basis) any current Department of Defense (DoD) personnel (civilian or military) without the prior approval of the Contracting Officer. Such approval may be given only in circumstances where it is clear that no laws and no DoD or Navy instructions, regulations, or policies might possibly be contravened and no appearance of a conflict of interest will result.

ALLOWABILITY OF MATERIAL AND GENERAL BUSINESS EXPENSES

As used in this clause, the term “material” includes supplies, equipment, hardware, automatic data processing equipment, and software. This is a services contract, and the procurement of material of any kind, other than that incidental to, and necessary for the furnishing of the required services is not authorized and will not be considered an allowable cost under the contract. No such material of any kind may be procured without the prior written approval of the contracting officer..

Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information

Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 – “DoD Implementation of Homeland Security Presidential Directive – 12 (HSPD-12)” dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives.

APPLICABILITY

This text applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoN or DoD computer/network/system to perform certain unclassified sensitive duties. This clause also applies to contractor employees who access Privacy Act and Protected Health Information, provide support associated with fiduciary duties, or perform duties that have been identified as National Security Position, as advised by the command security manager. It is the responsibility of the responsible security officer of the command/facility where the work is performed to ensure compliance. Each contractor employee providing services at a Navy Command under this contract is required to obtain a Department of Defense Common Access Card (DoD CAC). Additionally, depending on the level of computer/network access, the contract employee will require a successful investigation as detailed below.

ACCESS TO FEDERAL FACILITIES

Page 64: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 64 of 121

Per HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facility or activity under this clause will require a DoD CAC. When access to a base, facility or activity is required contractor employees shall in-process with the Command’s Security Manager upon arrival to the Command and shall out-process prior to their departure at the completion of the individual’s performance under the contract.

ACCESS TO DOD IT SYSTEMS

In accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DoD networks are categorized as IT-I, IT-II, or IT-III. The IT-II level, defined in detail in SECNAV M-5510.30, includes positions which require access to information protected under the Privacy Act, to include Protected Health Information (PHI). All contractor employees under this contract who require access to Privacy Act protected information are therefore categorized no lower than IT-II. IT Levels are determined by the requiring activity’s Command Information Assurance Manager.

Contractor employees requiring privileged or IT-I level access, (when specified by the terms of the contract) require a Single Scope Background Investigation (SSBI) or T5 or T5R equivalent investigation , which is a higher level investigation than the National Agency Check with Law and Credit (NACLC)/T3/T3R described below. Due to the privileged system access, an investigation suitable for High Risk national security positions is required. Individuals who have access to system control, monitoring, or administration functions (e.g. system administrator, database administrator) require training and certification to Information Assurance Technical Level 1, and must be trained and certified on the Operating System or Computing Environment they are required to maintain.

Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation. When access to IT systems is required for performance of the contractor employee’s duties, such employees shall in-process with the Navy Command’s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual’s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The decision to authorize access to a government IT system/network is inherently governmental. The contractor supervisor is not authorized to sign the SAAR-N; therefore, the government employee with knowledge of the system/network access required or the COR shall sign the SAAR-N as the “supervisor”.

The SAAR-N shall be forwarded to the Command’s Security Manager at least 30 days prior to the individual’s start date. Failure to provide the required documentation at least 30 days prior to the individual’s start date may result in delaying the individual’s start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor’s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required.

INTERIM ACCESS

The Command's Security Manager may authorize issuance of a DoD CAC and interim access to a DoN or DoD unclassified computer/network upon a favorable review of the investigative questionnaire and advance favorable fingerprint results. When the results of the investigation are received and a favorable determination is not made, the contractor employee working on the contract under interim access will be denied access to the computer network and this denial will not relieve the contractor of his/her responsibility to perform.

DENIAL OR TERMINATION OF ACCESS

The potential consequences of any requirement under this clause including denial or termination of physical or system access in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and

Page 65: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 65 of 121

subcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have unclassified access to a federally controlled facility, federally-controlled information system/network and/or to government information, meaning information not authorized for public release.

CONTRACTOR’S SECURITY REPRESENTATIVE

The contractor shall designate an employee to serve as the Contractor’s Security Representative. Within three work days after contract award, the contractor shall provide to the requiring activity’s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor’s Security Representative. The Contractor’s Security Representative shall be the primary point of contact on any security matter. The Contractor’s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer and Command Security Manager.

BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO NATIONAL SECURITY POSITIONS OR PERFORMING SENSITIVE DUTIES

Navy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensure appropriate protective measures are applied. Contractor employees under this contract are recognized as Non-Critical Sensitive [ADP/IT-II] positions when the contract scope of work require physical access to a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform unclassified sensitive duties. This designation is also applied to contractor employees who access Privacy Act and Protected Health Information (PHI), provide support associated with fiduciary duties, or perform duties that have been identified as National Security Positions. At a minimum, each contractor employee must be a US citizen and have a favorably completed NACLC or T3 or T3R equivalent investigation to obtain a favorable determination for assignment to a non-critical sensitive or IT-II position. The investigation consists of a standard NAC and a FBI fingerprint check plus law enforcement checks and credit check. Each contractor employee filling a non-critical sensitive or IT-II position is required to complete:

SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product) Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission) Original Signed Release Statements

Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date. Background investigations shall be reinitiated as required to ensure investigations remain current (not older than 10 years) throughout the contract performance period. The Contractor’s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required.

Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the Command’s Security Manager upon arrival to the command and shall out-process prior to their departure at the completion of the individual’s performance under the contract. Employees requiring IT access shall also check-in and check-out with the Navy Command’s Information Assurance Manager. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command’s Security Manager at least 30 days prior to the individual’s start date. Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date. The contractor shall ensure that each contract employee requiring access to IT systems or networks complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. Contractor employees shall accurately complete the required investigative forms prior to submission to the Command Security Manager. The Command’s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM); Potential suitability or security issues identified may render the contractor employee ineligible for the assignment. An unfavorable determination is final (subject to SF-86 appeal procedures) and such a determination does not relieve the contractor from meeting any contractual

Page 66: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 66 of 121

obligation under the contract. The Command’s Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DoD Central Adjudication Facility (CAF) for a determination.

If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shall submit a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy VAR directly from the contractor’s Security Representative. Although the contractor will take JPAS “Owning” role over the contractor employee, the Command will take JPAS "Servicing" role over the contractor employee during the hiring process and for the duration of assignment under that contract. The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee’s performance under the contract.

BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO OR PERFORMING NON-SENSITIVE DUTIES

Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc. ...) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements:

Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the United States (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and

Must have a favorably completed National Agency Check with Written Inquiries (NACI) or T1 investigation equivalent including a FBI fingerprint check prior to installation access.

To be considered for a favorable trustworthiness determination, the Contractor’s Security Representative must submit for all employees each of the following:

SF-85 Questionnaire for Non-Sensitive Positions Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission) Original Signed Release Statements

The contractor shall ensure each individual employee has a current favorably completed National Agency Check with Written Inquiries (NACI) or T1 equivalent investigation, or ensure successful FBI fingerprint results have been gained and investigation has been processed with OPM

Failure to provide the required documentation at least 30 days prior to the individual’s start date may result in delaying the individual’s start date.

* Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III (non-sensitive) access is required for non-US citizens outside the United States.

ORAL ORDERS (INDEFINITE DELIVERY CONTRACTS)

Oral orders may be placed provided the following conditions are complied with:

(a) No oral order will exceed $150,000 or such lesser amount as may be specified elsewhere in the schedule of this contract.

(b) The Contractor will furnish with each shipment a delivery ticket, in triplicate, showing: contract number, order number under the contract; date order was placed, name and title of person placing order; an itemized listing of supplies or services furnished; unit price and extension of each item; and, delivery or performance date.

(c) Invoices for supplies or services furnished in response to oral orders will be accompanied with a received copy of each related delivery ticket.

Page 67: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 67 of 121

(d) The ordering activity shall designate in writing the names of individuals authorized to place oral orders and will furnish a copy thereof to the Contractor.

(e) Written confirmation of oral orders will be issued as a means of documenting the oral order within 10 working days or oral orders will be confirmed twice a month, in writing, when more than one oral order is consolidated for a single confirmation.

LIMITATION OF LIABILITY - INCREMENTAL FUNDING - Applicable to cost-plus-fixed-fee priced orders only

This contract is incrementally funded and the amount currently available for payment hereunder is limited to ________ inclusive of fee. It is estimated that these funds will cover the cost of performance through ___________ . Subject to the provisions of the clause entitled "Limitation of Funds" FAR 52.232-22 of the General Provisions of this contract, no legal liability on the part of the Government for payment in excess of ___________ shall arise unless additional funds are made available and are incorporated as a modification to this contract.

REIMBURSEMENT OF TRAVEL COST (SEP 2015)

(a) Travel

(1) Area of Travel. Performance under this contract may require travel by contractor personnel. If travel, domestic or overseas, is required, the contractor is responsible for making all needed arrangements for his personnel. This includes but is not limited to the following:

Medical ExaminationsImmunizationPassports, visas, etc.Security Clearances

All contractor personnel required to perform work on any U.S. Navy vessel will have to obtain boarding authorization from the Commanding Officer of the vessel prior to boarding.

(2) Travel Policy. The Government will reimburse the contractor for allowable travel costs incurred by the contractor in performance of the contract and determined to be in accordance with FAR subpart 31.2, subject to the following provisions:

Travel required for tasks assigned under this contract shall be governed in accordance with rules set forth for temporary duty travel in FAR 31.205-46.

(3) Travel. Travel, subsistence, and associated labor charges for travel time are authorized, whenever a task assignment requires work to be accomplished at a temporary alternate worksite.

Travel performed for personal convenience and daily travel to and from work at contractor’s facility will not be reimbursed.

(4) Per Diem. Per diem for travel on work assigned under this contract will be reimbursed to employees consistent with company policy, but not to exceed the amount authorized in the Department of Defense Joint Travel Regulations.

Page 68: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 68 of 121

(5) Shipboard Stays. Whenever work assignments require temporary duty aboard a Government ship, the contractor will be reimbursed at the per diem rates identified in paragraphs C8101.2C or C81181.3B(6) of the DOD Joint Travel Regulations, Volume 2.

(6) Air/Rail Travel. In rendering the services, the contractor shall be reimbursed for the actual costs of transportation incurred by its personnel not to exceed the cost of tourist class rail, or plane fare, to the extent that such transportation is necessary for the performance of the services hereunder and is authorized by the Ordering Officer. Such authorization by the Ordering Officer shall be indicated in the order or in some other suitable written form.

NOTE: To the maximum extent practicable without the impairment of the effectiveness of the mission, transportation shall be tourist class. In the event that only first class travel is available, it will be allowed, provided justification therefore is fully documented and warranted.

(7) Private Automobile. The use of privately owned conveyance within the continental United States by the traveler will be reimbursed to the contractor at the mileage rate allowed by Joint Travel Regulations. Authorization for the use of privately owned conveyance shall be indicated on the order. Distances traveled between points shall be shown in standard highway mileage guides. Any deviations from distance shown in such standard mileage guides shall be explained by the traveler on his expense sheet.

(8) Car Rental. The contractor shall be entitled to reimbursement for car rental, exclusive of mileage charges, as authorized by each order, when the services are required to be performed outside the normal commuting distance from the contractor’s facilities. Car rental for TDY teams will be limited to a rate of one car for every four (4) persons on TDY at one site.

Page 69: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 69 of 121

Section D – Packaging and Marking

Not Applicable

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY0001 Destination Government Destination Government0002 Destination Government Destination Government0003 Destination Government Destination Government1001 Destination Government Destination Government1002 Destination Government Destination Government1003 Destination Government Destination Government

CLAUSES INCORPORATED BY REFERENCE

52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 200152.246-4 Inspection Of Services--Fixed Price AUG 199652.246-5 Inspection Of Services Cost-Reimbursement APR 198452.246-8 Inspection Of Research And Development Cost

ReimbursementMAY 2001

Page 70: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 70 of 121

Section F - Deliveries or Performance

DURATION OF CONTRACT PERIOD

(a) The ordering period of this contract shall begin on 01 September 2017 or 60 days after contract award, whichever is later, and the ordering period shall continue in effect during the period ending 60 months* thereafter, unless terminated in accordance with other provisions herein. Performance under any task order may continue in effect during the period ending 60 months* after the commencement of the ordering period.

* 66 months if the option under FAR 52.217-8 is exercised

(b) Notwithstanding the above, the Contracting Officer may extend the contract ordering period to accommodate the issuance of task orders in accordance with paragraph (e) of the Level of Effort clause.

ORDERING INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE

0001 POP 01-MAY-2019 TO30-APR-2024

N/A JOINT STAFF SUPPLY, DOM, JSSSOMARK BROWNJOINT STAFF SUPPORT SERVICES OFFICE116B LAKEVIEW PKWYSUFFOLK VA 23455757-203-5985FOB: Destination

H91269

0002 POP 01-MAY-2019 TO30-APR-2024

N/A SAME AS PREVIOUS LOCATION)FOB: Destination

H91269

0003 POP 01-MAY-2019 TO30-APR-2024

N/A SAME AS PREVIOUS LOCATION)FOB: Destination

H91269

1001 POP 01-MAY-2024 TO31-OCT-2024

N/A JOINT STAFF SUPPLY, DOM, JSSSOMARK BROWNJOINT STAFF SUPPORT SERVICES OFFICE116B LAKEVIEW PKWYSUFFOLK VA 23455757-203-5985FOB: Destination

H91269

1002 POP 01-MAY-2024 TO31-OCT-2024

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

H91269

1003 POP 01-MAY-2024 TO31-OCT-2024

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

H91269

CLAUSES INCORPORATED BY REFERENCE

Page 71: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 71 of 121

52.242-15 Stop-Work Order AUG 198952.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 198452.247-34 F.O.B. Destination NOV 1991

Page 72: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 72 of 121

Section G - Contract Administration Data

COMMUNICATIONS DURING THE LIFE OF THE CONTRACT (SEP 2015)

(a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the “Changes” clause of this contract.

(b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract.

(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer’s. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address of the Principal Contracting Officer is:

Franklin AndujarNFLC Norfolk Contracting Department, Phila Office700 Robbins Ave., Bldg 2BPhila, PA 19111-5083Email: [email protected]

SUBCONTRACTING PLAN - INCORPORATED (SEP 2015)

TO BE COMPLETED AT TIME OF AWARD

In accordance with FAR 19.702, the contractor has submitted a subcontracting plan which has been reviewed and approved by the contracting officer. The plan is hereby incorporated into this award as attachment To be numbered at time of award. The ACO is hereby delegated authority to monitor implementation of The Small Business and Small Disadvantaged Business Subcontracting Plan.

This Plan is not required for Small Busienss offerors.

SECURITY ADMINISTRATION (SEP 2015)

The highest level of security that will be required under this contract is See atatched DD Form 254.

The offeror shall indicate the name, address and telephone number of the cognizant security office;________________________________________________________________________________________________________________________

The facilities to be utilized in the performance of this effort have been cleared to See attached DD Form 254.

The offeror should also provide the above information on all proposed subcontractors who will be required to have a security clearance.

Page 73: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 73 of 121

CLAUSES INCORPORATED BY REFERENCE

252.204-0002 Line Item Specific: Sequential ACRN Order SEP 2009252.232-7003 Electronic Submission of Payment Requests and Receiving

ReportsJUN 2012

252.233-7001 Choice of Law (Overseas) JUN 1997

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

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

(b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor`s employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer.

(End of Clause)

252.223-7004 DRUG-FREE WORK FORCE (SEP 1988)

(a) Definitions. (1) "Employee in a sensitive position," as used in this clause, means an employee who has been granted access to classified information; or employees in other positions that the Contractor determines involve national security; health or safety, or functions other than the foregoing requiring a high degree of trust and confidence.

(2) "Illegal drugs," as used in this clause, means controlled substances included in Schedules I and II, as defined by section 802(6) of title 21 of the United States Code, the possession of which is unlawful under chapter 13 of that Title. The term "illegal drugs" does not mean the use of a controlled substance pursuant to a valid prescription or other uses authorized by law.

Page 74: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 74 of 121

(b) The Contractor agrees to institute and maintain a program for achieving the objective of a drug-free work force. While this clause defines criteria for such a program, contractors are encouraged to implement alternative approaches comparable to the criteria in paragraph (c) that are designed to achieve the objectives of this clause.

(c) Contractor programs shall include the following, or appropriate alternatives:

(1) Employee assistance programs emphasizing high level direction, education, counseling, rehabilitation, and coordination with available community resources;

(2) Supervisory training to assist in identifying and addressing illegal drug use by Contractor employees;

(3) Provision for self-referrals as well as supervisory referrals to treatment with maximum respect for individual confidentiality consistent with safety and security issues;

(4) Provision for identifying illegal drug users, including testing on a controlled and carefully monitored basis. Employee drug testing programs shall be established taking account of the following:

(i) The Contractor shall establish a program that provides for testing for the use of illegal drugs by employees in sensitive positions. The extent of and criteria for such testing shall be determined by the Contractor based on considerations that include the nature of the work being performed under the contract, the employee's duties, and efficient use of Contractor resources, and the risks to health, safety, or national security that could result from the failure of an employee adequately to discharge his or her position.

(ii) In addition, the Contractor may establish a program for employee drug testing--

(A) When there is a reasonable suspicion that an employee uses illegal drugs; or

(B) When an employees has been involved in an accident or unsafe practice;

(C) As part of or as a follow-up to counseling or rehabilitation for illegal drug use;

(D) As part of a voluntary employee drug testing program.

(iii) The Contractor may establish a program to test applicants for employment for illegal drug use.

(iv) For the purpose of administering this clause, testing for illegal drugs may be limited to those substances for which testing is prescribed by section 2..1 of subpart B of the "Mandatory Guidelines for Federal Workplace Drug Testing Programs" (53 FR 11980 (April 11, 1988), issued by the Department of Health and Human Services.

(d) Contractors shall adopt appropriate personnel procedures to deal with employees who are found to be using drugs illegally. Contractors shall not allow any employee to remain on duty or perform in a sensitive position who is found to use illegal drugs until such times as the Contractor, in accordance with procedures established by the Contractor, determines that the employee may perform in such a position.

(e) The provisions of this clause pertaining to drug testing program shall not apply to the extent that are inconsistent with state or local law, or with an existing collective bargaining agreement; provided that with respect to the latter, the Contractor agrees those issues that are in conflict will be a subject of negotiation at the next collective bargaining session.

(End of clause)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause--

Page 75: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 75 of 121

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submissionof Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests throughWAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s).

TO BE COMPLETED AT TIME OF AWARD (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

TO BE COMPLETED AT TIME OF AWARD (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in thesystem. Routing Data Table* TO BE COMPLETED AT TIME OF AWARD --------------------------------------------------------------------------------------------Field Name in WAWF Data to be entered in WAWF--------------------------------------------------------------------------------------------Pay Official DoDAAC ____Issue By DoDAAC ____Admin DoDAAC ____Inspect By DoDAAC ____Ship To Code ____

Page 76: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 76 of 121

Ship From Code ____Mark For Code ____Service Approver (DoDAAC) ____Service Acceptor (DoDAAC) ____Accept at Other DoDAAC ____LPO DoDAAC ____DCAA Auditor DoDAAC ____Other DoDAAC(s) ____-------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system.

TO BE COMPLETED AT TIME OF AWARD

(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's point of contact.

TO BE COMPLETED AT TIME OF AWARD

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)

Page 77: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 77 of 121

Section H - Special Contract Requirements

MINIMUM AND MAXIMUM QUANTITIES (MULTIPLE AWARDS CPFF IDIQ)

(a) This contract is one of a set of Multiple Award Contracts (MAC). As referred to in paragraph (b) of the “Indefinite Quantities” clause of this contract, each MAC contract has a total contract minimum quantity of $10,000.00 worth of orders. The contract maximum for this individual contract is a total of individual contractor’s proposed CPFF amount at time of award worth of orders and 6,889,275* hours of effort.

*7,572,975 hours of effort if the option under FAR 52.217-8 is exercised

(b) The maximum value of the MAC program maximum is the value of the largest individual contract at time

of award) however, the Contracting Officer may issue orders beyond this value in accordance with paragraph (e) of the Section B Level of Effort clause. Similarly, the Contracting Officer may issue orders beyond the maximum hours of effort shown in paragraph (a) above in accordance with paragraph (e) of the “Level of Effort” language, provided the total MAC program value does not exceed the maximum dollar values shown in this paragraph (b).

POTENTIAL TASK ORDER PROVISION ORGANIZATIONAL CONFLICT OF INTEREST (SEP 2015)

(a) Definitions - In this clause:(i) “Contractor” means the firm signing this contract;(ii) “System Supplier” means any firm engaged in or having a known or prospective interest in the

development, production, or analysis of the weapon system, equipment or program which are identified in the statement of work of this contract.

(iii) “Affiliates” means employees or officers of the contractor and first tier subcontractors involved in the performance of this contract, or in the decision making process concerning this contract.

(iv) “Interest” means organizational or financial interest.(v) “Term of this Contract” means the period of performance plus any extensions thereto.

(b) Warranty Against Existing Conflicts of Interest(i) The contractor warrants that it and its affiliates do not have any contracts with or any substantial interest

in the system suppliers identified in the statement of work of this contract, other than those disclosed to the Government and listed in the Section L solicitation provision entitled “Notice of Inclusion of an Organizational Conflict of Interest clause.”

(ii) The contractor recognizes that during the term of this contract additional weapon system, equipment or programs may be identified and added to the statement of work of this contract as a result of contract modifications. In such event, the contractor agrees to immediately disclose to the Government information concerning any contract or interest between the contractor and its affiliates and any system supplier if the contract or interest arises during the term of this contract.

(iii) The contracting officer shall have the sole discretion to determine whether a potential organizational conflict of interest exists concerning any interest or contract which arises or is identified during the term of this contract. The contracting officer may take such steps as are necessary in the best interest of the Government to eliminate potential conflict of interest.

(c) Restrictions on Contracting(i) The contractor agrees that during the term of this contract, and for a period of _____ months thereafter,

neither it nor its affiliates shall (1) enter into any contract for supplies, services or materials, related to the work under this contract with the system suppliers; (2) create for themselves any interest in the system suppliers; (3)

Page 78: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 78 of 121

consult or discuss with the system supplier any aspects of work under this contract; or (4) furnish to the United States Government, either as a prime contractor or as a subcontractor any component of a system it has worked on or had access to under this contract.

(ii) The contractor further agrees that neither it nor its affiliates will conduct a review nor make recommendations under this contract concerning any item which is the product of work performed by the contractor or its affiliates under any other contract.

(d) Non-Disclosure of Proprietary Data

Certain information of a proprietary nature may be submitted to the Government by a system supplier. While performing under this contract, the prime contractor and any subcontractors may receive this information. The prime contractor and any subcontractors agree to use and examine this information exclusively in the performance of this contract and to take the necessary steps to prevent disclosure of such information to any party outside the Government, as long as it remains proprietary. The contractor and the subcontractors agree to indoctrinate their affiliates who will have access to this information as to the proprietary nature of the information and the relationship under which they have possession of the information. Affiliates will also be informed that they may not engage in any other action, venture or employment where this information will be used for profit of any party other than the party furnishing this information. Additionally, the contractor and subcontractor agree to execute agreements to this effect with companies providing proprietary data for performance under this contract. The contractor and subcontractors will restrict access to proprietary information to the minimum number of employees for performance of this contract.

(e) Government Remedy

The contractor agrees that any breach or violation of the warranties, restrictions, disclosures or non-disclosures set forth in this conflict of interest clause shall constitute a material and substantial breach of terms, conditions, and provisions of the contract and that the Government may, in addition to any other remedy available, terminate the contract for default.

LIABILITY INSURANCE (COST TYPE CONTRACTS) (SEP 2015) – applicable to cost-plus-fixed-fee priced task orders only

The following types of insurance are required in accordance with the clause entitled “INSURANCE-LIABILITY TO THIRD PERSONS” (FAR 52.228-7) and shall be maintained in the minimum amounts shown:

(1) Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodily injury. No property damage general liability insurance is required.

(2) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 per accident for property damage. Comprehensive form of policy is required.

(3) Standard Workmen’s Compensation and Employer’s Liability Insurance (or, where maritime employment is involved, Longshoremen’s and Harbor Worker's Compensation Insurance) in the minimum amount of $100,000.

LIABILITY, AUTOMOBILE AND WORKMEN’S COMPENSATION INSURANCE (SEP 2015) - Applicable to firm-fixed priced task orders only

The following types of insurance are required in accordance with the clause entitled “INSURANCE-WORK ON A GOVERNMENT INSTALLATION” (FAR 52.228-5) and shall be maintained in the minimum amounts shown:

(1) Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodily injury.(2) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000

per accident for property damage.(3) Standard Workmen’s compensation and Employer’s Liability Insurance (or, where maritime

employment is involved, Longshoremen’s and Harbor Worker’s Compensation Insurance) in the minimum amount of $100,000.

Page 79: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 79 of 121

COST LIMITATION CEILINGS ON INDIRECT RATES (SEP 2015)

If an offeror proposes cost limitation ceilings on indirect rates, the offeror is advised that the Government may evaluate the offeror’s cost proposal accordingly. The decision to propose cost limitation ceilings is the offeror’s decision. In the event the offeror proposes indirect rate limitations, these same ceiling rate limitations may be incorporated into any resultant contract without discussion. Under any cost reimbursement contract, the indirect rates billed shall be limited to the ceiling rate(s) identified in the contract. Any costs incurred above ceiling rates are not allowable.

APPOINTMENT OF CONTRACTING OFFICER'S REPRESENTATIVE (SEP 2015)

(a) The Contracting Officer hereby designates the following individual as Contracting Officer’s Representative(s) (COR) for this contract:

__TO BE COMPLETED AT TIME OF AWARD _________NAME CODE

__________________________________________MAIL ADDRESS

__________________________________________TELEPHONE NUMBER

(b) In the absence of the COR named above, all responsibilities and functions assigned to the COR shall be the responsibility of the alternate COR acting on behalf of the COR. The Contracting Officer hereby appoints the following individual as the alternate COR:

__________________________________________NAME CODE

__________________________________________MAIL ADDRESS

__________________________________________TELEPHONE NUMBER

Page 80: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 80 of 121

Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions NOV 201352.203-3 Gratuities APR 198452.203-5 Covenant Against Contingent Fees MAY 201452.203-6 Restrictions On Subcontractor Sales To The Government SEP 200652.203-7 Anti-Kickback Procedures MAY 201452.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or

Improper ActivityMAY 2014

52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 201452.203-12 Limitation On Payments To Influence Certain Federal

TransactionsOCT 2010

52.204-2 Security Requirements AUG 199652.204-7 System for Award Management OCT 201652.204-9 Personal Identity Verification of Contractor Personnel JAN 201152.204-10 Reporting Executive Compensation and First-Tier

Subcontract AwardsOCT 2016

52.204-19 Incorporation by Reference of Representations and Certifications.

DEC 2014

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation

NOV 2015

52.209-5 Certification Regarding Responsibility Matters OCT 201552.209-6 Protecting the Government's Interest When Subcontracting

With Contractors Debarred, Suspended, or Proposed for Debarment

OCT 2015

52.209-7 Information Regarding Responsibility Matters JUL 201352.209-9 Updates of Publicly Available Information Regarding

Responsibility MattersJUL 2013

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

NOV 2015

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law

FEB 2016

52.211-5 Material Requirements AUG 200052.215-2 Audit and Records--Negotiation OCT 201052.215-8 Order of Precedence--Uniform Contract Format OCT 199752.215-11 Price Reduction for Defective Certified Cost or Pricing Data--

ModificationsAUG 2011

52.215-13 Subcontractor Certified Cost or Pricing Data--Modifications OCT 201052.215-14 Integrity of Unit Prices OCT 201052.215-15 Pension Adjustments and Asset Reversions OCT 201052.215-18 Reversion or Adjustment of Plans for Postretirement Benefits

(PRB) Other than PensionsJUL 2005

52.216-7 Allowable Cost And Payment JUN 201352.216-8 Fixed Fee JUN 201152.219-8 Utilization of Small Business Concerns NOV 201652.219-9 Small Business Subcontracting Plan JAN 201752.219-9 Alt I Small Business Subcontracting Plan (JAN 2017) Alternate I NOV 201652.219-28 Post-Award Small Business Program Rerepresentation JUL 201352.222-2 Payment For Overtime Premiums JUL 199052.222-21 Prohibition Of Segregated Facilities APR 201552.222-26 Equal Opportunity SEP 201652.222-29 Notification Of Visa Denial APR 201552.222-35 Equal Opportunity for Veterans OCT 2015

Page 81: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 81 of 121

52.222-36 Equal Opportunity for Workers with Disabilities JUL 201452.222-37 Employment Reports on Veterans FEB 201652.222-38 Compliance With Veterans' Employment Reporting

RequirementsFEB 2016

52.222-50 Combating Trafficking in Persons MAR 201552.223-5 Pollution Prevention and Right-to-Know Information MAY 201152.223-10 Waste Reduction Program MAY 201152.223-18 Encouraging Contractor Policies To Ban Text Messaging

While DrivingAUG 2011

52.224-1 Privacy Act Notification APR 198452.224-2 Privacy Act APR 198452.225-1 Buy American--Supplies MAY 201452.225-13 Restrictions on Certain Foreign Purchases JUN 200852.227-1 Authorization and Consent DEC 200752.228-5 Insurance - Work On A Government Installation JAN 199752.228-7 Insurance--Liability To Third Persons MAR 199652.229-3 Federal, State And Local Taxes FEB 201352.229-8 Taxes--Foreign Cost-Reimbursement Contracts MAR 199052.229-8 Taxes--Foreign Cost-Reimbursement Contracts MAR 199052.230-2 Cost Accounting Standards OCT 201552.230-6 Administration of Cost Accounting Standards JUN 201052.230-7 Proposal Disclosure--Cost Accounting Practice Change APR 200552.232-1 Payments APR 198452.232-8 Discounts For Prompt Payment FEB 200252.232-9 Limitation On Withholding Of Payments APR 198452.232-11 Extras APR 198452.232-17 Interest MAY 201452.232-18 Availability Of Funds APR 198452.232-20 Limitation Of Cost APR 198452.232-22 Limitation Of Funds APR 198452.232-23 Assignment Of Claims MAY 201452.232-25 Prompt Payment JAN 201752.232-33 Payment by Electronic Funds Transfer--System for Award

ManagementJUL 2013

52.232-39 Unenforceability of Unauthorized Obligations JUN 201352.233-1 Disputes MAY 201452.233-1 Alt I Disputes (May 2014) - Alternate I DEC 199152.233-2 Service Of Protest SEP 200652.233-3 Protest After Award AUG 199652.233-4 Applicable Law for Breach of Contract Claim OCT 200452.237-2 Protection Of Government Buildings, Equipment, And

VegetationAPR 1984

52.237-3 Continuity Of Services JAN 199152.239-1 Privacy or Security Safeguards AUG 199652.242-1 Notice of Intent to Disallow Costs APR 198452.242-3 Penalties for Unallowable Costs MAY 201452.242-13 Bankruptcy JUL 199552.243-1 Changes--Fixed Price AUG 198752.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I APR 198452.243-2 Changes--Cost-Reimbursement AUG 198752.243-2 Alt I Changes--Cost-Reimbursement (Aug 1987) - Alternate I APR 198452.244-2 Subcontracts OCT 201052.244-5 Competition In Subcontracting DEC 199652.244-6 Subcontracts for Commercial Items JAN 201752.245-1 Government Property JAN 2017

Page 82: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 82 of 121

52.245-9 Use And Charges APR 201252.246-25 Limitation Of Liability--Services FEB 199752.247-1 Commercial Bill Of Lading Notations FEB 200652.247-34 F.O.B. Destination NOV 199152.247-63 Preference For U.S. Flag Air Carriers JUN 200352.247-64 Preference for Privately Owned U.S. - Flag Commercial

VesselsFEB 2006

52.248-1 Value Engineering OCT 201052.249-4 Termination For Convenience Of The Government (Services)

(Short Form)APR 1984

52.249-6 Termination (Cost Reimbursement) MAY 200452.249-8 Default (Fixed-Price Supply & Service) APR 198452.249-14 Excusable Delays APR 198452.253-1 Computer Generated Forms JAN 1991252.201-7000 Contracting Officer's Representative DEC 1991252.203-7000 Requirements Relating to Compensation of Former DoD

OfficialsSEP 2011

252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies

DEC 2008

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013252.203-7004 Display of Hotline Posters OCT 2016252.203-7005 Representation Relating to Compensation of Former DoD

OfficialsNOV 2011

252.204-0001 Line Item Specific: Single Funding SEP 2009252.204-7003 Control Of Government Personnel Work Product APR 1992252.204-7004 Alt A System for Award Management Alternate A FEB 2014252.204-7006 Billing Instructions OCT 2005252.204-7012 Safeguarding Covered Defense Information and Cyber

Incident ReportingOCT 2016

252.211-7003 Item Unique Identification and Valuation MAR 2016252.211-7007 Reporting of Government-Furnished Property AUG 2012252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010252.215-7000 Pricing Adjustments DEC 2012252.215-7008 Only One Offer OCT 2013252.219-7003 (Dev) Small Business Subcontracting Plan (DOD Contracts)--Basic

(Deviation 2016-O0009)AUG 2016

252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016)

DEC 2016

252.225-7002 Qualifying Country Sources As Subcontractors DEC 2016252.225-7003 Report of Intended Performance Outside the United States

and Canada--Submission with OfferOCT 2015

252.225-7012 Preference For Certain Domestic Commodities DEC 2016252.225-7048 Export-Controlled Items JUN 2013252.227-7013 Rights in Technical Data--Noncommercial Items FEB 2014252.227-7016 Rights in Bid or Proposal Information JAN 2011252.227-7017 Identification and Assertion of Use, Release, or Disclosure

RestrictionsJAN 2011

252.227-7030 Technical Data--Withholding Of Payment MAR 2000252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016252.232-7003 Electronic Submission of Payment Requests and Receiving

ReportsJUN 2012

252.232-7010 Levies on Contract Payments DEC 2006252.239-7001 Information Assurance Contractor Training and Certification JAN 2008252.239-7009 Representation of Use of Cloud Computing SEP 2015252.239-7010 Cloud Computing Services OCT 2016

Page 83: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 83 of 121

252.243-7001 Pricing Of Contract Modifications DEC 1991252.245-7001 Tagging, Labeling, and Marking of Government-Furnished

PropertyAPR 2012

252.245-7002 Reporting Loss of Government Property APR 2012252.245-7003 Contractor Property Management System Administration APR 2012252.245-7004 Reporting, Reutilization, and Disposal SEP 2016

CLAUSES INCORPORATED BY FULL TEXT

52.216-19 ORDER LIMITATIONS (OCT 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $1,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order. The Contractor is not obligated to honor -

(1) Any order for a single item in excess of $150,000,000.00;

(2) Any order for a combination of items in excess of $150,000,000.00; or

(3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in paragraph (b) (1) or (2) of this section.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

(End of clause)

52.216-22 INDEFINITE QUANTITY. (OCT 1995)

(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum".

(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and

Page 84: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 84 of 121

Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 6-months following expiration of the ordering period.

(End of clause)

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to contract expiration.

(End of clause)

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 prior to contract expiration.

(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 66 Months.(End of clause)

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed (To be completed at the task order level) or the overtime premium is paid for work --

(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment, or occasional production bottlenecks of a sporadic nature;

(2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant protection, operation of utilities, or accounting;

(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completed otherwise; or

(4) That will result in lower overall costs to the Government.

(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for contract completion and shall--

(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime;

(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

Page 85: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 85 of 121

(3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identification of each affected contract; and

(4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel.

* Insert either "zero" or the dollar amount agreed to during negotiations. The inserted figure does not apply to the exceptions in paragraph (a)(1) through (a)(4) of the clause.

(End of clause)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

FAR Clauses: http://acquisition.gov/far/DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

(End of provision)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

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

FAR Clauses: http://acquisition.gov/far/DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

(End of clause)

252.216-7006 ORDERING (MAY 2011)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from 05/01/2019 through 04/30/2024*.

*10/31/2024 if the option under FAR 52.217-8 is exercised (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered ``issued'' when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor.

Page 86: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 86 of 121

(2) If mailed or transmitted by facsimile, a delivery order or task order is considered ``issued'' when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (End of Clause)

Page 87: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 87 of 121

Section J - List of Documents, Exhibits and Other Attachments

List of Exhibits, Attachments and Other Documents

Exhibit I – DD-Form 254 Contract Security Classification Specification (Top Secret Level)

Attachment 1 Quality Assurance Surveillance Plan Attachment 2 Contract Administration Plan for Cost Type, Indefinite Delivery Contracts Attachment 3 Contract Administraton Plan- Firm Fixed Price Attachment 4 Joint Event Handbook, publicationAttachment 5 CJCS Notice 3500.01 2014-2017 Chairman's Joint Training Guidance, 10 Oct 13Attachment 6 CJCSI 3500.01G, Joint Training Policy for the Armed Forces, 25 Apr 14Attachment 7 US Department of Defense, Strategic Plan for the Next Generation of Training for the DoD,

Washington, DC: Office of the Secretary of Defense, 23 Sep 2010Attachment 8 DoDI 1322.26, Development, Management and Delivery of Distributed Learning, 16 June 2006.Attachment 9 DoDI 8320.02 (series), Sharing Data, Information and IT Services in DoD, 5 August 2013Attachment 10 CJCSI 6510.01F, Information Assurance (IA) and Support to Computer Network Defense (CND),

9 Feb 2011Attachment 11 Past Performance Information Form

NOTE: Attachments 4 through 10 are posted to the Joint Staff J7 Reading Room. For registration instructions and the applicable weblink for accessing the JS Reading Room please contact Mary Mezzatesta via email at [email protected].

ATTACHMENT 1 - QUALITY ASSURANCE SURVEILLANCE PLAN

Purpose: To ensure that the Government has an effective and systematic method of surveillance for the services in the PWS. The QASP will be used primarily as a tool to verify that the Contractor is performing all services required by the in a timely, accurate and complete fashion.

1. Critical performance processes and requirements. Critical to the performance of JS J7 Training and Operations Support Services is the timely, accurate and thorough completion of all contract requirements.

2. Performance Standards

a. Schedule - The due dates for deliverables and the actual accomplishment of the schedule will be assessed against original due dates and milestones established for the contract.

b. Deliverables – The deliverables required to be submitted will be assessed against the specifications for the deliverables detailed in the contract and the Quality Control Plan (QCP), if required by the contract, for the required content, quality, timeliness, and accuracy.

c. Cost - The TO COR will review monthly cost vouchers to monitor the contractor’s expenditures throughout the task order performance period. Also, the TO COR will analyze the impact on cost of any inaccurate management assertions, acceleration of the due dates for the financial reports, or the lack of personnel.

d. Past Performance - In addition to any schedule, deliverables, and cost aspects of performance discussed above, pursuant to FAR 42.15, the Government will assess the contractor’s record of conforming to contract requirements and to standards of good workmanship the contractor’s record of forecasting and controlling costs, the contractor’s adherence to contract schedules including the administrative aspects of performance, the contractor’s history of reasonable and cooperative behavior and commitment to customer satisfaction, and the contractor’s business-like concern for the interest of the customer.

Page 88: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 88 of 121

3. Surveillance methods: The primary methods of surveillance used to monitor performance of this contract will include, but not be limited to, random or planned sampling, periodic or inspection, and validated customer complaints.

4. Performance Measurement: Performance will be measured in accordance with the following table:Performance

ElementPerformance Requirement

Surveillance Method Frequency Acceptable Quality Level

Contractor Quality Control Plan

QC activities, inspections, and corrective actions

completed as required by the plan.

Inspection by the TO COR

Quarterly for overall QC activities;

100% Compliance with the contractor plan.As Required for

corrective actions.

(If required by the contract)

Contract Deliverables

Contract deliverables furnished as prescribed in

the PWS, attachments, Task Orders, etc., as

applicable.

Inspection by the TO COR

100% inspection of all contract deliverables.

>95% of deliverables submitted timely and without rework required.

Overall Contract Performance

Overall contract performance of sufficient

quality to earn a Satisfactory (or higher) rating in the TO COR’s

annual report on Contractor Performance

Assessment by the TO COR

Annual All performance elements rated Satisfactory (or higher)

Invoicing Monthly invoices per contract procedures are

timely and accurate.

Review & acceptance of the invoice

Monthly 100% accuracy

If performance is within acceptable levels, it will be considered to be satisfactory. If not, overall performance may be considered unsatisfactory.

Incentives and Disincentives:

The TO COR’s makes an annual report on Contractor Performance (CPARS or other annual report). The contractor’s failure to achieve satisfactory performance under the contract, reflected in the TO COR’s annual report, may result in termination of the contract and may also result in the loss of future Government contracts.

For each item that does not meet acceptable levels, the Government may issue a Contract Discrepancy Report (CDR). CDRs will be forwarded to the Contracting Officer with a copy sent to the contractor. The contractor must reply in writing within 5 days of receipt identifying how future occurrences of the problem will be prevented. Based

Page 89: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 89 of 121

upon the contractor’s past performance and plan to solve the problem, the Contracting Officer will determine if any further action will be taken.

For Fixed Price Task Orders Awarded under the Contract : In accordance with the inspection of services provisions of the contract, the contractor will be incentivized to provide quality products in a timely manner since the Government can require the Contractor, at no additional cost, to replace or correct work that fails to meet contract requirements.

For CPFF Task Orders Awarded under the Contract:In accordance with inspection of services provisions of the contract, the contractor will be incentivized to provide quality products in a timely manner since the Government can require the Contractor, at no additional fee, to replace or correct work that fails to meet contract requirements. To maximize the profit earned on costs incurred, the contractor is incentivized to ensure that quality products are provided in a timely manner.

ATTACHMENT 2 - CONTRACT ADMINISTRATION PLAN (CAP) FOR COST TYPE, INDEFINITE DELIVERY CONTRACTS

In order to expedite the administration of this contract, the following delineation of duties is provided. The names, addresses and phone numbers for these offices or individuals are included elsewhere in the contract award document. The office or individual designated as having responsibility should be contacted for any questions, clarifications or information regarding the administration function assigned.

1. The Procuring Contract Office (PCO) is responsible for:

a. All pre-award duties such as solicitation, negotiation and award of contracts.

b. Any information or questions during the pre-award stage of the procurement.

c. Freedom of Information inquiries.

d. Changes in contract terms and/or conditions.

e. Post award conference.

2. The Contract Administration Office (CAO) is responsible for matters specified in FAR 42.302, except those areas otherwise designated as the responsibility of the Contracting Officer's Representative (COR) or someone else herein.

3. The Defense Contract Audit Agency (DCAA) is responsible for audit verification/provisional approval of invoices and final audit of this contract prior to final payment to the contractor.

4. The paying office is responsible for making payment of proper invoices after acceptance is documented.

5. The Ordering Officer is responsible for:

a. Requesting, obtaining and evaluating proposals for orders to be issued.

b. Determining that the price/estimated cost of the order is fair and reasonable for the effort proposed.

c. Obligating the funds by issuance of the delivery order.

d. Authorizing the contractor to begin performance.

e. Providing subcontract approval.

f. Monitoring direct costs on orders issued.

NOTE: The PCO and the Ordering Officer may be the same individual, but in no case shall the COR perform the duties of the Ordering Officer.

6. The Contracting Officer's Representative (COR) is responsible for interface with the contractor and performance of duties such as those set forth below. It is emphasized that only the PCO/CAO has the authority to modify the terms of the contract. In no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract between the contractor and any other person be effective or binding on the government. If in the opinion of the contractor an effort outside the scope of the contract is requested, the

Page 90: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 90 of 121

contractor shall promptly notify the PCO in writing. No action may be taken by the contractor unless the PCO or CAO has issued a contractual change. The COR duties are as follows:

  a. Technical Interface

(1) The COR is responsible for all Government technical interface concerning the contractor and furnishing technical instructions to the contractor. These instructions may include: technical advice/recommendations/clarifications of specific details relating to technical aspects of contract requirements; milestones to be met within the general terms of the contract or specific subtasks of the contract; or, any other interface of a technical nature necessary for the contractor to perform the work specified in the contract or order. The COR is the point of contact through whom the contractor can relay questions and problems of a technical nature to the PCO.

(2) The COR is prohibited from issuing any instruction which would constitute a contractual change. The COR shall not instruct the contractor how to perform. If there is any doubt whether technical instructions contemplated fall within the scope of work, contact the PCO for guidance before transmitting the instructions to the contractor.

b. Contract Surveillance

(1) The COR shall monitor the contractor's performance and progress under the contract. In performing contract surveillance duties, the COR should exercise extreme care to ensure that he/she does not cross the line of personal services. The COR must be able to distinguish between surveillance (which is proper and necessary) and supervision (which is not permitted). Surveillance becomes supervision when you go beyond enforcing the terms of the contract. If the contractor is directed to perform the contract services in a specific manner, the line is being crossed. In such as situation, the COR's actions would be equivalent to using the contractor's personnel as if they were government employees and would constitute transforming the contract into one for personal services.

(2) The COR shall monitor the contractor's performance to see that inefficient or wasteful methods are not being used. If such practices are observed, the COR is responsible for taking reasonable and timely action to alert the contractor and the PCO to the situation. When contract performance is taking place at a government location, the COR shall also monitor contractor employees performing under the contract with regard to kind, number and hours worked to ensure that the contractor is properly charging time applied to the contract. A record of such personal observations should be kept and compared with charges invoiced by the contractor for that task and time frame. This information can also be used as a tool in evaluating the contractor certificate of performance. It is essential that the COR coordinate these efforts with the CAO designated in the contract.

(3) The COR will take timely action to alert the PCO to any potential performance problems. If performance schedule slippage is detected, the COR should determine the factors causing the delay and report them to the PCO, along with the contractor's proposed actions to eliminate or overcome these factors and recover the slippage. Once a recovery plan has been put in place, the COR is responsible for monitoring the recovery and keeping the PCO advised of progress.

(4) The COR shall maintain surveillance of the contractor's performance to determine if the percentage of work performed reasonably corresponds to the percentage of funds expended. This responsibility requires a thorough review of the contractor's progress reports. The COR shall immediately report to the PCO any difficulties perceived in this area. The COR is also responsible for providing the contractor with any written comments the PCO may make in response to the progress reports and/or personal observations of the COR.

(5) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to the contract you are responsible for completing a Contractor Performance Assessment Report (CPAR) in the CPARS Automated Information System (AIS). The initial CPAR, under an eligible contract, must reflect evaluation of at least 180 days of contractor performance. The completed CPAR, including contractor comments if any, (NOTE: contractors are allowed 30 days to input their comments) should be available in the CPARS AIS for reviewing official (PCO) review no later than 270 days after start of contract performance. Subsequent CPARs covering any contract option periods should be ready at 1-year intervals thereafter.

c. Invoice Review and Approval/Inspection and Acceptance

(1) The COR is responsible for quality assurance of services performed and acceptance of the services or deliverables. The COR shall expeditiously review copies of the contractor's invoices or vouchers, certificate of

Page 91: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 91 of 121

performance and all other supporting documentation to determine the reasonableness of the billing. In making this determination, the COR must take into consideration all documentary information available and any information developed from personal observations.

(2) The COR must indicate either complete or partial concurrence with the contractor's invoice/voucher by executing the applicable certificate of performance furnished by the contractor. The COR may request DCAA to take a payment offset on questioned costs, when documentary evidence or personal observations do not support submitted invoices. The COR shall notify DCAA when questioned costs have been resolved with the contractor. The COR will ensure that DCAA conducts floor checks and/or timecard checks when actual monitoring is not feasible. The COR will be cognizant of the invoicing procedures and the prompt payment due dates detailed elsewhere in the contract.

(3) The COR will provide the PCO and the CAO with copies of acceptance documents such as Certificates of Performance.

(4) Upon completion of all services under the contract, the COR shall work with the Contractor to obtain and execute a final voucher no more than 60 days after completion of performance. The COR shall ensure that the voucher is clearly marked as a “Final Voucher.”

d. Contract Modifications/Orders Under Indefinite Delivery Contracts.

(1) The COR is responsible for developing the statement of work for tasking orders, change orders or modifications and for preparing an independent government cost estimate of the effort described in the proposed statement of work.

(2) Once the Ordering Officer has requested and received the contractor's proposal the COR shall review and evaluate the contractor's proposal and furnish comments and recommendations to the authorized Ordering Officer, as appropriate.

(3) The COR may interface with the contractor to obtain necessary information to assist in his/her development of the task statements, but the contractor shall not develop the task.

e. Administrative Duties

(1) The COR is responsible for taking appropriate action on technical correspondence pertaining to the contract and for maintaining files on each contract. This includes all modifications, government cost estimates, contractor invoices/vouchers, certificates of performance, DD 250 forms and contractor's status reports.

(2) The COR shall maintain files on all correspondence relating to contractor performance, whether satisfactory or unsatisfactory, and on trip reports for all government personnel visiting the contractor's place of business for the purpose of discussing the contract.

(3) The COR must take prompt action to provide the PCO with any contractor or technical code request for change, deviation or waiver, along with any supporting analysis or other required documentation.

f. Government Furnished Property. When government property is to be furnished to the contractor, the COR will take the necessary steps to ensure that it is furnished in a timely fashion and in proper condition for use. The COR will maintain adequate records to ensure that property furnished is returned and/or that material has been consumed in the performance of work.

g. Security. The COR is responsible for ensuring that any applicable security requirements are strictly adhered to.

h. Standards of Conduct. The COR is responsible for reading and complying with all applicable agency standards of conduct and conflict of interest instructions.

i. Written Report/Contract Completion Statement.

(1) The COR is responsible for timely preparation and submission to the PCO, of a written, annual evaluation of the contractors performance. The report shall be submitted within 30 days prior to the exercise of any contract option and 60 days after contract completion. The report shall include a written statement that services were received in accordance with the Contract terms and that the contract is now available for close-out. The report shall also include a statement as to the use made of any deliverables furnished by the contractor. For contracts where delivery orders are issued, one consolidated report which addresses all actions under the

Page 92: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 92 of 121

contract may be submitted.

(2) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to the contract you are responsible for completing a final Contractor Performance Assessment Report (CPAR) in the CPARS with 30 days of contract completion.

(3) The COR is responsible for providing necessary assistance to the Contracting Officer in performing Contract Close-out in accordance with FAR 4.804, Closeout of Contract Files.

7. The Technical Assistant (TA), if appointed, is responsible for providing routine administration and monitoring assistance to the COR. The TA does not have the authority to provide any technical direction or clarification to the contract. Duties that may be performed by the TA are as follows:

a. Identify contractor deficiencies to the COR.

b. Review contract/delivery order deliverables, recommend acceptance/rejection, and provide the COR with documentation to support the recommendation.

c Assist in preparing the final report on contractor performance for the applicable contract/delivery order in accordance with the format and procedures prescribed by the COR.

d. Identify contract noncompliance with reporting requirements to the COR.

e. Evaluate the contractor's proposals for specific delivery orders and identify, for the COR, any potential problems, areas of concern, or issues to be discussed during negotiations.

f. Review contractor status and progress reports, identify deficiencies to the COR, and provide the COR with recommendations regarding acceptance, rejection, and/or Government technical clarification requests.

g. Review invoices for the appropriate mix of types and quantities of labor, materials, and other direct costs, and provide the COR with recommendations to facilitate COR certification of the invoice.

h. Provide the COR with timely input regarding technical clarifications for the statement of work, possible technical direction to provide the contractor, and recommend corrective actions.

i. Provide detailed written reports of any trip, meeting, or conversation to the COR subsequent to any interface between the TA and contractor.

 

 ATTACHMENT 3 - CONTRACT ADMINISTRATION PLAN (CAP) FOR FIXED PRICE TASK ORDERS,

In order to expedite the administration of this contract, the following delineation of duties is provided. The names, addresses and phone numbers for these offices or individuals are included elsewhere in the contract award document. The office or individual designated as having responsibility should be contacted for any questions, clarifications or information regarding the administration function assigned.

1. The Procuring Contract Office (PCO) is responsible for:

a. All pre-award duties such as solicitation, negotiation and award of contracts.

b. Any information or questions during the pre-award stage of the procurement.

c. Freedom of Information inquiries.

d. Changes in contract terms and/or conditions.

e. Post award conference.

2. The Contract Administration Office (CAO) is responsible for matters specified in FAR 42.302, except those areas otherwise designated as the responsibility of the Contracting Officer's Representative (COR) or someone else herein.

Page 93: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 93 of 121

3. The paying office is responsible for making payment of proper invoices after acceptance is documented.

4. The Ordering Officer is responsible for:

a. Requesting, obtaining and evaluating proposals for orders to be issued.

b. Select the most advantageous offer to the Government for individual Task Orders in accordance with contract provisions. Determining that the price/estimated cost of the order is fair and reasonable for the effort proposed.

c. Obligating the funds by issuance of the delivery order/task order.

d. Authorizing the contractor to begin performance.

e. Providing subcontract approval.

f. Monitoring direct costs on orders issued.

NOTE: The PCO and the Ordering Officer may be the same individual, but in no case shall the COR perform the duties of the Ordering Officer.

5. The Contracting Officer's Representative (COR) is responsible for interface with the contractor and performance of duties such as those set forth below. It is emphasized that only the PCO/CAO has the authority to modify the terms of the contract. In no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract between the contractor and any other person be effective or binding on the government. If in the opinion of the contractor an effort outside the scope of the contract is requested, the contractor shall promptly notify the PCO in writing. No action may be taken by the contractor unless the PCO or CAO has issued a contractual change. The COR duties are as follows:

a. Technical Interface

(1) The COR is responsible for all Government technical interface concerning the contractor and furnishing technical istructions to the contractor. These instructions may include: technical advice/recommendations/clarifications of specific details relating to technical aspects of contract requirements; milestones to be met within the general terms of the contract or specific subtasks of the contract; or, any other interface of a technical nature necessary for the contractor to perform the work specified in the contract or order. The COR is the point of contact through whom the contractor can relay questions and problems of a technical nature to the PCO.

(2) The COR is prohibited from issuing any instruction which would constitute a contractual change. The COR shall not instruct the contractor how to perform. If there is any doubt whether technical instructions contemplated fall within the scope of work, contact the PCO for guidance before transmitting the instructions to the contractor.

b. Contract Surveillance

(1) The COR shall monitor the contractor's performance and progress under the contract. In performing contract surveillance duties, the COR should exercise extreme care to ensure that he/she does not cross the line of personal services. The COR must be able to distinguish between surveillance (which is proper and necessary) and supervision (which is not permitted). Surveillance becomes supervision when you go beyond enforcing the terms of the contract. If the contractor is directed to perform the contract services in a specific manner, the line is being crossed. In such as situation, the COR's actions would be equivalent to using the contractor's personnel as if they were government employees and would constitute transforming the contract into one for personal services.

Page 94: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 94 of 121

(2) The COR shall monitor the contractor's performance to see that inefficient or wasteful methods are not being used. If such practices are observed, the COR is responsible for taking reasonable and timely action to alert the contractor and the PCO to the situation.

(3) The COR will take timely action to alert the PCO to any potential performance problems. If performance schedule slippage is detected, the COR should determine the factors causing the delay and report them to the PCO, along with the contractor's proposed actions to eliminate or overcome these factors and recover the slippage. Once a recovery plan has been put in place, the COR is responsible for monitoring the recovery and keeping the PCO advised of progress.

(4) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to the contract you are responsible for completing a Contractor Performance Assessment Report (CPAR) in the CPARS Automated Information System (AIS). The initial CPAR, under an eligible contract, must reflect evaluation of at least 180 days of contractor performance. The completed CPAR, including contractor comments if any, (NOTE: contractors are allowed 30 days to input their comments) should be available in the CPARS AIS for reviewing official (PCO) review no later than 270 days after start of contract performance. Subsequent CPARs covering any contract option periods should be ready at 1-year intervals thereafter.

c. Invoice Review and Approval/Inspection and Acceptance

(1) The COR is responsible for quality assurance of services performed and acceptance of the services or deliverables. The COR shall expeditiously review copies of the contractor's invoices or vouchers, certificate of performance and all other supporting documentation to determine the reasonableness of the billing. In making this determination, the COR must take into consideration all documentary information available and any information developed from personal observations.

(2) The COR must indicate either complete or partial concurrence with the contractor's invoice/voucher by executing the applicable certificate of performance furnished by the contractor.

(3) The COR will provide the PCO and the CAO with copies of acceptance documents such as Certificates of Performance.

(4) Upon completion of all services under the contract, the COR shall work with the Contractor to obtain and execute a final invoice no more than 60 days after completion of contract performance. The COR shall ensure that the invoice is clearly marked as a “Final Invoice.”

d. Contract Modifications/Orders Under Indefinite Delivery Contracts.

(1) The COR is responsible (if necessary) for developing the statement of work for tasking orders, change orders, or modifications and for preparing an independent government cost estimate of the effort described in the proposed statement of work.

(2) The COR shall provide available and relevant Past Performance information with each request for new Task Orders. The COR shall review and evaluate the contractor’s proposal and furnish comments and recommendations

e. Administrative Duties

(1) The COR is responsible for taking appropriate action on technical correspondence pertaining to the contract and for maintaining files on each contract. This includes all modifications, government cost estimates, contractor invoices/vouchers, certificates of performance, DD 250 forms and contractor's status reports.

Page 95: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 95 of 121

(2) The COR shall maintain files on all correspondence relating to contractor performance, whether satisfactory or unsatisfactory, and on trip reports for all government personnel visiting the contractor's place of business for the purpose of discussing the contract.

(3) The COR must take prompt action to provide the PCO with any contractor or technical code request for change, deviation or waiver, along with any supporting analysis or other required documentation.

f. Government Furnished Property. When government property is to be furnished to the contractor, the COR will take the necessary steps to ensure that it is furnished in a timely fashion and in proper condition for use. The COR will maintain adequate records to ensure that property furnished is returned and/or that material has been consumed in the performance of work.

g. Security. The COR is responsible for ensuring that any applicable security requirements are strictly adhered to.

h. Standards of Conduct. The COR is responsible for reading and complying with all applicable agency standards of conduct and conflict of interest instructions.

i. Written Report/Contract Completion Statement.

(1) The COR is responsible for timely preparation and submission to the PCO, of a written, annual evaluation of the contractors performance. The report shall be submitted within 30 days prior to the exercise of any contract option and 60 days after contract completion. The report shall include a written statement that services were received in accordance with the Contract terms and that the contract is now available for close-out. The report shall also include a statement as to the use made of any deliverables furnished by the contractor. For contracts where delivery orders are issued, one consolidated report which addresses all actions under the contract may be submitted.

(2) If the Contractor Performance Assessment Reporting System (CPARS) is applicable to the contract you are responsible for completing a final Contractor Performance Assessment Report (CPAR) in the CPARS with 30 days of contract completion.

(3) The COR is responsible for providing necessary assistance to the Contracting Officer in performing Contract Close-out in accordance with FAR 4.804, Closeout of Contract Files. 7. The Technical Assistant (TA), if appointed, is responsible for providing routine administration and monitoring assistance to the COR. The TA does not have the authority to provide any technical direction or clarification to the contract. Duties that may be performed by the TA are as follows:

a. Identify contractor deficiencies to the COR.

b. Review contract/delivery order deliverables, recommend acceptance/rejection, and provide the COR with documentation to support the recommendation.

c. Assist in preparing the final report on contractor performance for the applicable contract/delivery order in accordance with the format and procedures prescribed by the COR.

d. Identify contract noncompliance with reporting requirements to the COR.

e. Evaluate the contractor's proposals for specific delivery orders and identify, for the COR, any potential problems, areas of concern, or issues to be discussed during negotiations.

f. Review contractor status and progress reports, identify deficiencies to the COR, and provide the COR with recommendations regarding acceptance, rejection, and/or Government technical clarification requests.

Page 96: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 96 of 121

g. Review invoices for the appropriate mix of types and quantities of labor, materials, and other direct costs, and provide the COR with recommendations to facilitate COR certification of the invoice.

h. Provide the COR with timely input regarding technical clarifications for the statement of work, possible technical direction to provide the contractor, and recommend corrective actions.

i. Provide detailed written reports of any trip, meeting, or conversation to the COR subsequent to any interface between the TA and contractor.

ATTACHMENT 11 PAST PERFORMANCE INFORMATION FORM PAST PERFORMANCE INFORMATION FORM Form ___ of 5

Name of Offeror:

Contract Number, order number, or identifier:Customer Name & Location:

Customer Point of Contact (Name & Title):

Telephone Number (PLEASE VERIFY):and e-mail addressTotal dollar amount for this effort during the past five (5) years:(For ordering vehicles, show both the annual estimated contract amount and the amount of orders actually performed):

(Show calendar year and dollars)

Number of personnel (FTE) performing per year (avg.):

Period of Performance: From:To:

Detailed description of the work performed sufficient to demonstrate the relevance of the reference to the solicitation:

Quality, delivery, or cost problem(s); corrective action(s) taken; and effectiveness of the corrective action(s):

Subcontractor(s) Utilized in Performance of this contract, description of the extent of work performed by subcontractor(s), along with annual dollar value of all subcontracts:

Page 97: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 97 of 121

Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY REFERENCE

52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions

SEP 2007

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.

OCT 2015

252.204-7005 Oral Attestation of Security Responsibilities NOV 2001252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000

52.204-3 TAXPAYER IDENTIFICATION (OCT 1998)

(a) Definitions.

Common parent, as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member.

Taxpayer Identification Number (TIN), as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number.

(b) All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract.

(c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN.

(d) Taxpayer Identification Number (TIN).

___ TIN:.--------------------------------------------------------

___ TIN has been applied for.

___ TIN is not required because:

___ Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States;

___ Offeror is an agency or instrumentality of a foreign government;

___ Offeror is an agency or instrumentality of the Federal Government.

(e) Type of organization.

___ Sole proprietorship;

Page 98: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 98 of 121

___ Partnership;

___ Corporate entity (not tax-exempt);

___ Corporate entity (tax-exempt);

___ Government entity (Federal, State, or local);

___ Foreign government;

___ International organization per 26 CFR 1.6049-4;

___ Other--------------------------------------------------------

(f) Common parent.

___ Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision.

___ Name and TIN of common parent:

Name-------------------------------------------------------------------

TIN--------------------------------------------------------------------

(End of provision)

52.204-5 WOMEN-OWNED BUSINESS (OTHER THAN SMALL BUSINESS) (OCT 2014)

(a) Definition. Women-owned business concern, as used in this provision, means a concern that is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women.

(b) Representation. [Complete only if the offeror is a women-owned business concern and has not represented itself as a small business concern in paragraph (c)(1) of FAR 52.219-1, Small Business Program Representations, of this solicitation.] The offeror represents that it ( ___ ) is a women-owned business concern.

(End of provision)

52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2017)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541330.

(2) The small business size standard is $38.5M.

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

Page 99: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 99 of 121

(b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies.

(2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:

(     ) Paragraph (d) applies.

(     ) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless—

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;

(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

(C) The solicitation is for utility services for which rates are set by law or regulation.

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.

(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation. This provision applies to all solicitations.

(iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

(v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that—

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its outlying areas.(vi) 52.209-2; Prohibition on Contracting with Inverted Domestic Corporations--Representation.

(vii) 52.209-5; Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.(viii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.

(ix) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

Page 100: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 100 of 121

(x) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

(xi) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

(xii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

(xiii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xiv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

(xv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

(xvi) 52.222-57, Representation Regarding Compliance with Labor Laws (Executive Order 13673). This provision applies to solicitations expected to exceed $50 million which are issued from October 25, 2016 through April 24, 2017, and solicitations expected to exceed $500,000, which are issued after April 24, 2017.Note to paragraph (c)(1)(xvi): By a court order issued on October 24, 2016, 52.222-57 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

(xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

(xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items.(xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation. This provision applies to solicitations that include the clause at 52.204-7.)

(xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

(xxi) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225- 3.

(A) If the acquisition value is less than $25,000, the basic provision applies.

(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.

(C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies.

Page 101: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 101 of 121

(D) If the acquisition value is $77,533 or more but is less than $100,000, the provision with its Alternate III applies.

(xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

(xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations.

(xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certification. This provision applies to all solicitations.

(xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:

[Contracting Officer check as appropriate.]

      (i) 52.204-17, Ownership or Control of Offeror.       (ii) 52.204-20, Predecessor of Offeror.

      (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

      (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification.

      (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification.

      (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only).

      (vii) 52.227-6, Royalty Information.

      (A) Basic.

      (B) Alternate I.

      (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.(d) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.------------------------------------------------------------------------

Page 102: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 102 of 121

FAR Clause Title Date Change------------------------------------------------------------------------------ ---------- ------ ------------------------------------------------------------------------------

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.

(End of provision)

52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014)

(a) Definitions. As used in this provision-- Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (b) of this provision. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition.

Veteran-owned small business concern means a small business concern--

Page 103: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 103 of 121

(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. Women-owned small business concern means a small business concern-- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) The North American Industry Classification System (NAICS) code for this acquisition is ___ --[insert NAICS code]. (2) The small business size standard is ___ --[insert size standard]. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (c) Representations. (1) The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ___ ] is, [ ___ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer that-- (i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___ --.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that--

Page 104: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 104 of 121

(i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___ --.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___ --.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.

(d) Notice.

(1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished.

(2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall—

(i) Be punished by imposition of fine, imprisonment, or both;

(ii) Be subject to administrative remedies, including suspension and debarment; and

(iii) Be ineligible for participation in programs conducted under the authority of the Act.

(End of provision)

52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999)

Page 105: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 105 of 121

The offeror represents that --

(a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation;

(b) ( ) It has, ( ) has not, filed all required compliance reports; and

(c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.

(End of provision)

52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984)

The offeror represents that

(a) [ ] it has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or

(b) [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.

(End of provision)

52.222-38 COMPLIANCE WITH VETERANS' EMPLOYMENT REPORTING REQUIREMENTS (FEB 2016)

By submission of its offer, the offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., if it has any contract containing Federal Acquisition Regulation clause 52.222-37, Employment Reports on Veterans), it has filed the most recent VETS-4212 Report required by that clause.

(End of provision)

52.230-1 COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (OCT 2015)

Note: This notice does not apply to small businesses or foreign governments. This notice is in three parts, identified by Roman numerals I through III.

Offerors shall examine each part and provide the requested information in order to determine Cost Accounting Standards (CAS) requirements applicable to any resultant contract.

If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be subject to full or modified CAS coverage pursuant to 48 CFR 9903.201-2(c)(5) or 9903.201-2(c)(6), respectively.

I. Disclosure Statement -- Cost Accounting Practices and Certification

(a) Any contract in excess of $750,000 resulting from this solicitation will be subject to the requirements of the Cost Accounting Standards Board (48 CFR Chapter 99), except for those contracts which are exempt as specified in 48 CFR 9903.201-1.

Page 106: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 106 of 121

(b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as required by 48 CFR 9903.202. When required, the Disclosure Statement must be submitted as a part of the offeror’s proposal under this solicitation unless the offeror has already submitted a Disclosure Statement disclosing the practices used in connection with the pricing of this proposal. If an applicable Disclosure Statement has already been submitted, the offeror may satisfy the requirement for submission by providing the information requested in paragraph (c) of Part I of this provision.

Caution: In the absence of specific regulations or agreement, a practice disclosed in a Disclosure Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to practice for pricing proposals or accumulating and reporting contract performance cost data.

(c) Check the appropriate box below:

* (1) Certificate of Concurrent Submission of Disclosure Statement. The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement have been submitted as follows:

(i) Original and one copy to the cognizant Administrative Contracting Officer (ACO) or cognizant Federal agency official authorized to act in that capacity (Federal official), as applicable; and

(ii) One copy to the cognizant Federal auditor.

(Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable. Forms may be obtained from the cognizant ACO or Federal official and/or from the loose-leaf version of the Federal Acquisition Regulation.)

Date of Disclosure Statement: ___ Name and Address of Cognizant ACO or Federal Official Where Filed: ___

The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement.

* (2) Certificate of Previously Submitted Disclosure Statement. The offeror hereby certifies that the required Disclosure Statement was filed as follows:

Date of Disclosure Statement: ___ Name and Address of Cognizant ACO or Federal Official Where Filed: ___

The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the applicable Disclosure Statement.

* (3) Certificate of Monetary Exemption. The offeror hereby certifies that the offeror, together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards of negotiated prime contracts and subcontracts subject to CAS totaling $50 million or more in the cost accounting period immediately preceding the period in which this proposal was submitted. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately.

* (4) Certificate of Interim Exemption. The offeror hereby certifies that

(i) the offeror first exceeded the monetary exemption for disclosure, as defined in (3) of this subsection, in the cost accounting period immediately preceding the period in which this offer was submitted and

(ii) in accordance with 48 CFR 9903.202-1, the offeror is not yet required to submit a Disclosure Statement. The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end

Page 107: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 107 of 121

of that period, the offeror will immediately submit a revised certificate to the Contracting Officer, in the form specified under subparagraph (c)(1) or (c)(2) of Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement.

Caution: Offerors currently required to disclose because they were awarded a CAS-covered prime contract or subcontract of $50 million or more in the current cost accounting period may not claim this exemption (4). Further, the exemption applies only in connection with proposals submitted before expiration of the 90-day period following the cost accounting period in which the monetary exemption was exceeded.

II. Cost Accounting Standards -- Eligibility for Modified Contract Coverage

If the offeror is eligible to use the modified provisions of 48 CFR 9903.201-2(b) and elects to do so, the offeror shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause.

* The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 48 CFR 9903.201-2(b) and certifies that the offeror is eligible for use of the Disclosure and Consistency of Cost Accounting Practices clause because during the cost accounting period immediately preceding the period in which this proposal was submitted, the offeror received less than $50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately.

Caution: An offeror may not claim the above eligibility for modified contract coverage if this proposal is expected to result in the award of a CAS-covered contract of $50 million or more or if, during its current cost accounting period, the offeror has been awarded a single CAS-covered prime contract or subcontract of $50 million or more.

III. Additional Cost Accounting Standards Applicable to Existing Contracts

The offeror shall indicate below whether award of the contemplated contract would, in accordance with subparagraph (a)(3) of the Cost Accounting Standards clause, require a change in established cost accounting practices affecting existing contracts and subcontracts.

( ___ ) yes( ___ ) no

(End of Provision)

252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term supplies is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it: ____ (1) Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ____ (2) Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea.

Page 108: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 108 of 121

(End of provision)

Page 109: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 109 of 121

Section L - Instructions, Conditions and Notices to Bidders

CLAUSES INCORPORATED BY REFERENCE

52.204-6 Unique Entity Identifier OCT 201652.215-1 Instructions to Offerors--Competitive Acquisition JAN 201752.215-16 Facilities Capital Cost of Money JUN 200352.222-24 Preaward On-Site Equal Opportunity Compliance Evaluation FEB 1999252.225-7003 Report of Intended Performance Outside the United States

and Canada--Submission with OfferOCT 2015

252.225-7004 Report of Intended Performance Outside the United States and Canada--Submission after Award

OCT 2015

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery Indefinite Quantity type contract or contracts resulting from this solicitation. The Government reserves the right to issue both Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) type task orders against the resultant contract award or awards. Offerors must provide a Cost-Plus-Fixed-Fee proposal in response to the this solicitation

(End of provision)

52.222-46 EVALUATION OF COMPENSATION FOR PROFESSIONAL EMPLOYEES (FEB 1993)

(a) Recompetition of service contracts may in some cases result in lowering the compensation (salaries and fringe benefits) paid or furnished professional employees. This lowering can be detrimental in obtaining the quality of professional services needed for adequate contract performance. It is therefore in the Government's best interest that professional employees, as defined in 29 CFR 541, be properly and fairly compensated. As part of their proposals, offerors will submit a total compensation plan setting forth salaries and fringe benefits proposed for the professional employees who will work under the contract. The Government will evaluate the plan to assure that it reflects a sound management approach and understanding of the contract requirements. This evaluation will include an assessment of the offeror's ability to provide uninterrupted high-quality work. The professional compensation proposed will be considered in terms of its impact upon recruiting and retention, its realism, and its consistency with a total plan for compensation. Supporting information will include data, such as recognized national and regional compensation surveys and studies of professional, public and private organizations, used in establishing the total compensation structure.

(b) The compensation levels proposed should reflect a clear understanding of work to be performed and should indicate the capability of the proposed compensation structure to obtain and keep suitably qualified personnel to meet mission objectives. The salary rates or ranges must take into account differences in skills, the complexity of various disciplines, and professional job difficulty. Additionally, proposals envisioning compensation levels lower than those of predecessor contractors for the same work will be evaluated on the basis of maintaining program continuity, uninterrupted high-quality work, and availability of required competent professional service employees. Offerors are cautioned that lowered compensation for essentially the same professional work may indicate lack of sound management judgment and lack of understanding of the requirement.

(c) The Government is concerned with the quality and stability of the work force to be employed on this contract. Professional compensation that is unrealistically low or not in reasonable relationship to the various job categories, since it may impair the Contractor's ability to attract and retain competent professional service employees, may be viewed as evidence of failure to comprehend the complexity of the contract requirements.

(d) Failure to comply with these provisions may constitute sufficient cause to justify rejection of a proposal.

Page 110: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 110 of 121

(End of provision)

52.237-10 IDENTIFICATION OF UNCOMPENSATED OVERTIME (MAR 2015)

(a) Definitions. As used in this provision--

Adjusted hourly rate (including uncompensated overtime) is the rate that results from multiplying the hourly rate for a 40-hour work week by 40, and then dividing by the proposed hours per week which includes uncompensated overtime hours over and above the standard 40-hour work week. For example, 45 hours proposed on a 40-hour work week basis at $20 per hour would be converted to an uncompensated overtime rate of $17.78 per hour ($20.00 x 40 divided by 45 = $17.78).

Uncompensated overtime means the hours worked without additional compensation in excess of an average of 40 hours per week by direct charge employees who are exempt from the Fair Labor Standards Act. Compensated personal absences such as holidays, vacations, and sick leave shall be included in the normal work week for purposes of computing uncompensated overtime hours.

(b)(1) Whenever there is uncompensated overtime, the adjusted hourly rate (including uncompensated overtime), rather than the hourly rate, shall be applied to all proposed hours, whether regular or overtime hours. (2) All proposed labor hours subject to the adjusted hourly rate (including uncompensated overtime) shall be identified as either regular or overtime hours, by labor categories, and described at the same level of detail. This is applicable to all proposals whether the labor hours are at the prime or subcontract level. This includes uncompensated overtime hours that are in indirect cost pools for personnel whose regular hours are normally charged direct.

(c) The offeror's accounting practices used to estimate uncompensated overtime must be consistent with its cost accounting practices used to accumulate and report uncompensated overtime hours.

(d) Proposals that include unrealistically low labor rates, or that do not otherwise demonstrate cost realism, will be considered in a risk assessment and will be evaluated for award in accordance with that assessment.

(e) The offeror shall include a copy of its policy addressing uncompensated overtime with its proposal.

(End of clause)

SUBMISSION OF PROPOSALS (BEST VALUE/TRADE-OFF)

I. GENERAL

In addition to instructions to Offerors contained elsewhere in this solicitation, the following instructions are provided.

Initial proposals and any modifications thereto are to be submitted to the Contracting Officer on or before the closing date and time cited elsewhere in this Request for Proposals. Faxes, e-mails, and/or responses through NECO or any method other than hardcopy format are not acceptable. Delivery of responses shall be via United States Postal Service or Overnight Delivery Services only; no hand-delivery or courier delivery shall be accepted.

Offerors shall submit their proposals in two separate volumes as follows:

Volume I Non-cost Proposal Original (hardcopy) and 10 copies on DVD

Volume II Cost Proposal Original (hardcopy) and 10 copies on DVD

Page 111: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 111 of 121

The hardcopy proposal takes precedence over the DVD if there is a discrepancy. The DVD shall use Microsoft Office Word and Excel to record its contents.

In addition, offers consist of and shall include the following items as part of Volume II:

Solicitation cover sheet with appropriate blocks completed by the Offeror

Solicitation pricing pages completed by the Offeror

Acknowledgement of solicitation amendments pursuant to FAR 52.215-1 (if not previously acknowledged).

Representations and Certifications completed by the Offeror in accordance with instructions contained elsewhere in this solicitation. If the Offeror has completed all of the representations and certifications

required by this solicitation in ORCA in accordance with FAR 52.204-8 and DFARS 252.204-7007 ALT A, then the Offeror need not submit the hardcopy Representations and Certifications; however, the Offeror shall affirmatively state that its Representations and Certifications are in ORCA.

The Offeror’s Small Business Subcontracting Plan (this Plan not required for Small Business Offerors).

The completion and submission of the above items will constitute an offer (proposal) and will be considered the Offeror’s unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto. Alternate proposals are not authorized. An objection to any of the terms and conditions of the solicitation will constitute a deficiency (see FAR 15.001) which will make the offer ineligible for award.

Volume I Non-cost Proposal

This volume shall address Performance Approach, Management Approach, Past Performance, and Socio-economic Plan, and include all information required for proposal evaluation.

This volume of the proposal shall exclude any pricing/cost information, except for the information required to be provided under the Socio-economic Plan factor, that would reveal the total costing/pricing detailed in Volume II of the proposal.

Each page of each copy should include the following legend:

Source Selection Information Solicitation - RFP N0018918RZ008 - See FAR 2.101 and 3.104

Volume II Cost Proposal

This volume shall include the completed solicitation documents and a complete and detailed price/cost breakdown with all supporting information. Each page of each copy should include the following legend:

Source Selection Information Solicitation - RFP N0018918RZ008 - See FAR 2.101 and 3.104

IMPORTANT NOTES:

(1) Offerors shall respond to ALL requirements of the solicitation document. Offerors are cautioned not to alter the solicitation.

(2) In the event any person who is not a bona fide employee of the Offeror participated in the creation, formulation, or writing of any portion of the proposal, a certificate to this effect shall be included in the proposal which shall be signed by an officer of the Offeror. Such certificate shall identify the name of the person who is not a bona fide

Page 112: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 112 of 121

employee, that person’s employment capacity, the name of the person’s firm, the relationship of that firm to the Offeror, and the portion of the proposal in which the person participated.

II. REQUIREMENTS FOR PROPOSAL CONTENT

(1) Any Offeror who will be submitting CLASSIFIED data in its Technical (Non-price) proposal shall first notify the Contracting Officer by contacting the point of contact in the solicitation. CLASSIFIED data that is forwarded as part of an Offeror’s proposal shall be housed in its own binder, separate from the unclassified portion; similarly, for a proposal submitted on DVD, CLASSIFIED data shall contained on its own, separate DVD marked “CLASSIFIED.”

(2) Introduction and Purpose - This section specifies the format that Offerors should use in proposals submitted in response to this solicitation. The intent is not to restrict the Offerors in the manner in which they will perform their work but rather to ensure a certain degree of uniformity in the format of the proposals for evaluation purposes.

(3) Each volume should contain the following items in addition to the other information required by this solicitation:

Cover: The cover should indicate the following:Title of the proposalVolume Number (I or II)Solicitation numberName and address of OfferorIdentification of original signature copies

Table of Contents: The table of contents should provide detail sufficient to allow the important elements to be easily located. The use of tabs and dividers is encouraged.

(4) Requirements for Style: Each Offeror shall submit a proposal that clearly and concisely sets forth the contractor’s response to ALL the requirements of the solicitation. Unnecessary elaboration or other presentations beyond that sufficient to present a complete and effective proposal are not desired and may be construed as an indication of the Offeror’s lack of cost consciousness. Elaborate artwork, expensive paper or bindings, and expensive visual or other presentation aids are neither necessary nor desired. The proposal shall contain all the pertinent information in sufficient detail in the one area of the proposal where it contributes most critically to the discussion. When necessary, the Offeror shall refer to the initial discussion and identify its location within its proposal.

(5) Page Limitations

Volume I, “Non-cost Proposal”, is limited to a maximum of 50 pages in length inclusive of any charts, diagrams, and/or other graphics. Each “page” is defined as one sheet, 8 ½ “ x 11”, with at least one inch margins on all sides, using a font with a point size of 12 or greater (e.g., "Times New Roman" style with 12 point font). Lines shall, at a minimum, be single-spaced. Pages shall be consecutively numbered. Multiple pages, double pages, two-sided pages, or foldouts will count as an equivalent number of 8 ½" x 11" pages. The cover sheet, table of contents (not to exceed one page per volume), tabs, and dividers will not count toward the page limit. The one exception to the font size requirement shown above is that the “past performance information forms" may be completed with a point size of 10 or greater. Pages submitted in excess of the page limitations described above will not be evaluated.

Volume II, “Cost Proposal,” is not page limited.

II. PROPOSAL CONTENT

(1) Volume I – Non-cost Proposal

Page 113: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 113 of 121

The Non-cost evaluation factors are listed below in descending order of importance, with Performance Approach being more important Management Approach, Management Approach being more important than Past Performance, and Past Performance being significantly more important than Socio-economic Plan.

Performance ApproachManagement ApproachPast PerformanceSocio-economic Plan

(a) Performance Approach

The offeror shall provide in detail a performance approach that will successfully accomplish the requirements of the solicitation, including the Performance Work Statement (PWS). The offeror should describe how its proposed performance approach will achieve innovation and efficiencies in accomplishment of the PWS requirements. The offeror should describe any risks associated with the solicitation, including the PWS and any risks associated with implementation of the offeror’s performance approach; describe any techniques and actions to mitigate such risks; and explain whether the techniques and actions identified for risk mitigation have been successfully used by the offeror. The offeror should provide any other information the offeror considers relevant to the solicitation.

(b) Management Approach

The offeror shall provide in detail a management approach that will successfully accomplish the requirements of the solicitation, including the Performance Work Statement (PWS). The offeror’s plan should address the management of day to day operations, the management of contractor personnel including the integration and continuity of support at remote sites, and the scheduling of a flexible workforce to support overlapping tasks and fluctuating requirements. The offeror should describe any risks associated with the solicitation, including the PWS and any risks associated with implementation of the offeror’s management approach; describe any techniques and actions to mitigate such risks; and explain whether the techniques and actions identified for risk mitigation have been successfully used by the offeror. The offeror should provide any other information the offeror considers relevant to the solicitation.

(b) Past Performance

The offeror shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Relevant past performance is performance under contracts or efforts within the past five years that is of similar scope, magnitude, and complexity of the work described by this solicitation.

To demonstrate its past performance, the offeror shall identify up to FIVE (5) of its most relevant contracts or efforts within the past five (5) years, and provide any other information the offeror considers relevant to the requirements of the solicitation. Offerors should provide a detailed explanation demonstrating the relevance of the contracts or efforts to the requirements of the solicitation. The Government recognizes that offerors may not have past performance that is the same as, or similar to, the scope, magnitude, and complexity described in the solicitation. Therefore, the degree to which the offeror's past performance is determined to be relevant will increase as the scope, magnitude, and complexity of the offeror's past performance under its cited contract/efforts increases. If subcontractor past performance is provided as part of the FIVE (5) of its most relevant contracts or efforts, the subcontractor past performance will be given weight relative to the scope, magnitude and complexity of the aspects of the work under the solicitation that the subcontractor is proposed to perform. Therefore, the offeror’s proposal should detail clearly the aspects of the work in the solicitation that the subcontractor is proposed to perform.

The offeror should complete a “Past Performance Information Form” for each reference submitted. The form is an attachment to the solicitation. The forms will count toward the Volume I page limit described above. For additional information regarding a particular reference beyond that which will fit on the form, the offeror may continue onto additional sheets of paper. Such continuation sheet(s) for submitted references will count toward the Volume I page limit. Only a single set of up to five references shall be submitted.

Page 114: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 114 of 121

The Past Performance evaluation will result in a past performance confidence assessment.

The offeror should address its past performance in complying with requirements of the clauses at FAR 52.219-8, "Utilization of Small Business Concerns," and 52.219-9, "Small Business Subcontracting Plan."

(c) Socio-Economic Plan

The offeror shall address the extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges or universities and minority institutions, veteran-owned small businesses, service-disabled veteran-owned small businesses, and HUBZone small businesses in performance of any resultant contract. The solicitation, however, does not require participation by such entities. The offeror shall provide targets, expressed as percentages of total contract value, for small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges or universities and minority institutions, veteran-owned small businesses, service-disabled veteran-owned small businesses, and HUBZone small businesses in any of the North American Industry Classification System (NAICS) Major Groups as determined by the Department of Commerce. The targets may provide for participation by a prime contractor, joint venture partner, teaming arrangement member, or subcontractor. Targets will be incorporated into and become part of any resultant contract.

If the offeror fails to provide targets for the contract and/or any of the seven socio-economic factors, the offeror's proposal will be evaluated at zero percent and/or zero dollars for the contract and/or any socio-economic factor for which a target is not provided. However, an offeror that provides no socio-economic plan in response to this factor may be considered ineligible for award.

Note: The Socio-Economic Plan is a non-cost evaluation factor and is separate and distinct from the requirement, set forth elsewhere in the solicitation, for the offeror to submit a “Small Business Subcontracting Plan.” The Small Business Subcontracting Plan is a matter of contractor responsibility and is not a component of the comparative evaluation of proposals.

(2) Volume II –Cost

Volume II, “Cost Proposal,” is not page limited.

Each page of each copy of Volume II should include the following legend:

Source Selection Information - See FAR 2.101 and 3.104

The Cost Proposal in Volume II shall include the solicitation pricing pages completed by the offeror and a complete and detailed breakdown of the offeror’s cost plus fixed fee (CPFF) with all supporting documentation. The cost proposal shall be based upon the Government’s estimated level of effort and labor categories as specified in Section B of the solicitation. The offeror’s cost proposal shall not deviate from the level of effort set forth in Section B of the solicitation. The cost proposal shall include all elements of cost and such other cost information as considered appropriate to support the offeror’s proposal. The burden of proof for establishing the realism of all proposed costs rests with the offeror. The cost and pricing information shall be completed in accordance with the following:

(a) Separate cost and pricing information should be submitted for each time period specified in the Solicitation Section B – Supplies or Services and Prices.

(b) Supporting data including labor rates and hours, burden rates, material lists and costs, travel charges, and “other direct costs” used in developing the cost breakdown should be furnished. The supporting data for “other direct costs” shall include an itemization of those costs and an explanation and justification for each cost so itemized.

Page 115: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 115 of 121

(c) Uncompensated Overtime. Offerors shall clearly state whether they are proposing on the basis of uncompensated overtime. Uncompensated overtime is not encouraged as work schedules averaging more than 40 hours per week can, over a period of time, lead to degradation of performance. Accordingly, a proposed approach to performance that relies on individual work schedules in excess of an average 40 hours per week for any contractor or subcontractor employees may, in the evaluation process, be viewed as creating risk of unsuccessful performance. Pursuant to FAR 52.237-10, “Identification of Uncompensated Overtime,” offerors are reminded (1) “Whenever there is uncompensated overtime, the adjusted hourly rate (including uncompensated overtime), rather than the hourly rate, shall be applied to all proposed hours, whether regular or overtime hours”, (2) “All proposed labor hours subject to the adjusted hourly rate (including uncompensated overtime) shall be identified as either regular or overtime hours, by labor categories, and described at the same level of detail. This is applicable to all proposals whether the labor hours are at the prime or subcontract level. This includes uncompensated overtime hours that are in indirect cost pools for personnel whose regular hours are normally charged direct.” In that 52.237-10 requires that the offeror’s accounting practices used to estimate uncompensated overtime be consistent with the offeror’s cost accounting practices used to accumulate and report uncompensated overtime hours, each offeror proposing on the basis of uncompensated overtime should provide evidence of that consistency. Also, pursuant to FAR 52.237-10, each offeror proposing on the basis of uncompensated overtime is required to include a copy of its policy addressing uncompensated overtime with its proposal. To the extent that an offeror is proposing on the basis of uncompensated overtime, the offeror shall explain why the use of uncompensated overtime will not degrade the level of technical expertise required to fulfill the Government’s requirements.

(d) Direct Labor Rates. In order to verify the realism of the offeror's proposed direct labor rates, all offerors should submit, as part of their Cost Proposal, documentation substantiating the accuracy of their proposed direct labor rates. To the extent that an Offeror is proposing a subcontractor on a cost-reimbursement basis, the documentation substantiating the accuracy of the subcontractor’s proposed direct labor rates should also be submitted. Acceptable documentation may include the following:

(1) Payroll data (if proposing current, named employees)(2) Actual billing records showing direct labor rates (if proposing current, named employees).(3) Copies of signed Letters of Intent that indicate agreed upon annual salary (if proposing named,

new hires).(4) Copies of current or prior fiscal year DCMA Forward Pricing Rate Agreement (FPRA), the

offeror’s Forward Pricing Rate Submission (FPRS), Provisional Billing Rate Approval or Provisional Billing Rate Submission, whichever is most recent.

(5) If labor category averages are used as consistent with the offeror's accounting practice and approved by DCAA, provide a detailed narrative and include the calculation used to establish the category average. For example, provide a list of the current salaries for all employees working in that labor category, divided by the number of current employees in that labor category.

(6) If proposing rates that do not fall within one of the above criteria, provide a detailed,comprehensive description of the methodology used to establish the proposed direct rate. The description shall include both the source where the rate was obtained and a description of how the resulting rate was calculated. Merely stating that a "salary survey" or "market survey" was used may not be sufficient.

In addition to the foregoing, the offeror should explain why it believes its proposed direct labor rates are realistic for the requirements to be performed, considering the technical and experiential qualifications necessary to accomplish the taskings.

In accordance with FAR 52.222-46 “Evaluation of Compensation for Professional Employees,” Offerors shall submit a total compensation plan setting forth salaries and fringe benefits proposed for the professional employees who will work under the Contract, including first-tier subcontractor employees. Supporting information should include data such as recognized national and regional compensation surveys and studies of professional, public and private organizations used in establishing the total compensation structure. The compensation levels proposed should reflect a clear understanding of work to be performed and should indicate the capability of the proposed compensation structure to obtain and keep suitably qualified personnel to meet mission objectives. The salary rates or ranges must take into account differences in skills, the complexity of various disciplines, and professional job difficulties. Offerors are cautioned that lower compensation for essentially the same professional work may indicate

Page 116: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 116 of 121

lack of sound management judgment and lack of understanding of the requirement. Professional compensation that is unrealistically low or not in reasonable relationship to the various job categories may impair the Contractor’s ability to attract and retain professional service employees, and thus, may be viewed as evidence of failure to comprehend the complexities of the contract requirements. Failure to comply with these provisions may constitute sufficient cause to justify rejection of a proposal.

(e) Indirect Costs. In order to verify the realism of the Offeror’s proposed indirect rates, all Offerors should submit, as part of their Cost Proposal, documentation substantiating the accuracy of its proposed indirect rates. To the extent that an Offeror is proposing a subcontractor on a cost-reimbursement basis, the documentation substantiating the accuracy of the subcontractor’s proposed indirect rates should also be submitted. Acceptable documentation may include the following:

(1) Copies of the most current DCMA FPRA, FPRS, or DCAA audit of the offeror's indirect rates.

(2) If the most current FPRA, FPRR or DCAA audit of the offeror's indirect rates are not available, historical indirect data, to include provisional rates, actual incurred rates, and annual incurred cost claims (if submitted), shall be provided for the three years prior to the Offeror's current fiscal year. This data should include the all of the Offeror's indirect rates as applicable to the Offeror's accounting system. If proposing indirect rates significantly different from recent incurred rates, Offerors shall include a detailed explanation and supporting cost data (including budget information).

If the offeror is proposing subcontracts on other than a CPFF basis, the offeror should submit information as to whether the rates for the subcontractors are fixed based on a firm bilateral agreement with the subcontractor or merely proposed. In addition, the offeror shall explain why it believes the subcontractor can perform at those rates.

(f) For proposal purposes, the following ratios of Contractor facility and Government facility labor performance are established for all labor categories:

Contractor Facility Government Facility 90% 10%

(g) Reserved

(h) The offeror shall use the following estimated costs for travel and material amounts in preparing its cost proposal. These estimated amounts will be used as common evaluation amounts in all offerors’ proposals; the amounts specified below include no associated indirect costs. The offeror shall include the estimated travel and materials costs specified below in its cost proposal, and load the costs appropriately with indirect costs. The estimated amounts below, plus indirect costs, as determined cost realistic by the Government, will be used in the evaluation of proposals, and will be included in resultant contracts as “not-to exceed” amounts under which the offeror will be permitted to invoice its actual costs.

Ordering Period Summary: Travel Material Year 1: 05/01/2019 to 04/30/2020 $6,000,000 $144,000Year 2: 05/01/2020 to 04/30/2021 $6,000,000 $144,000Year 3: 05/01/2021 to 04/30/2022 $6,000,000 $144,000Year 4: 05/01/2022 to 04/30/2023 $6,000,000 $144,000Year 5: 05/01/2023 to 04/30/2024 $6,000,000 $144,0006 Mos Option: 05/01/2024 to 04/30/2024 $3,000,000 $ 72,000

(1) Travel estimated above is for travel and subsistence associated with performance under any resultant contract which will be reimbursed in accordance with the clause entitled “Reimbursement of Travel Costs.”

Page 117: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 117 of 121

(2) Material estimated above is for incidental material.

(3) Any offeror having an accounting system which includes, within overhead or G&A, travel and/or material shall specifically state this fact within the cost proposal.

(i) Any and all subcontracts identified in the Non-cost proposal shall be identified and priced in the cost proposal. Subcontracts (regardless of dollar value) shall be adequately documented. Subcontractor cost breakdowns may be submitted in separate sealed envelopes.

(j) If the offeror is currently being audited, or has been audited, by the Defense Contract Audit Agency, the name and location of the assigned DCAA office should be furnished with the cost proposal.

POTENTIAL TASK ORDER PROVISION (SAMPLE)NOTICE OF INCLUSION OF AN ORGANIZATIONAL CONFLICT OF INTEREST CLAUSE (SEP 2015)

a) This solicitation contains a clause entitled Organizational Conflict of Interest, pursuant to FAR subpart 9.5, which is to be included in any contract to be awarded hereunder. Prospective offerors are requested to furnish with their proposals, information pertaining to any existing contract between the offeror and the companies engaged in furnishing to the United States Government any services or supplies pertaining to the development, production or analysis of any of the weapon systems, equipment or programs identified in the statement of work of this solicitation or listed below, if any, which may have a bearing on any existing or potential conflict of interest within the meaning of the clause in the Schedule. Such information shall include:

-the identity of the company-a description of the work to be performed under the contract with the company or the relationship between

the offeror and the company-the dollar amount of the contract or any other ownership interest-the period of performance-a description of the internal control taken by the offeror to avoid potential organizational conflict of

interest, and -any other information requested by the Contracting Officer.

b) The basis for including an OCI clause is:

TO BE COMPLETED AT THE APPLICABLE TASK ORDER LEVEL

c) This solicitation contains a clause entitled Organizational Conflict of Interest which is to be included in the contract task order to be awarded hereunder. The language of this clause is subject to revision, based on questions/concerns raised by prospective offerors to the attention of the Contracting Officer prior to solicitation closing.

PREPARATION OF PROPOSALS/COST LIMITATION CEILINGS ON INDIRECT RATES (SEP 2015)

Offerors who are considering the use of cost limitation ceilings in their proposal are advised to refer to “Cost Limitation Ceilings on Indirect Rates” contained herein.

INDEPENDENT REVIEW OF AGENCY PROTESTS

Page 118: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 118 of 121

FAR 33.103 sets forth procedures for inexpensive, informal, procedurally simple and expeditious resolution of protests. Where appropriate and permitted by law, NAVSUP FLC Norfolk, Philadelphia Office encourages the use of those techniques set forth in FAR 33.103 to resolve agency protests.

Protests should comply with, and will be processed in accordance with the protest procedures set forth in FAR Part 33.103. As an alternative, offerors who protest may request NAVSUP FLC Philadelphia to review the merits of the protest independent of the Contracting Officer who is conducting the source selection. In this case, the Chief of the Contracting Office of NAVSUP FLC Philadelphia will conduct this independent review.

(End of provision)

52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Franklin Andujar, NFLC Norfolk Contracting Dept, Phila Office, 700 Robbins Ave., Bldg 2B, Phila, PA 19111-5083.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of provision)

Page 119: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 119 of 121

Section M - Evaluation Factors for Award

CLAUSES INCORPORATED BY REFERENCE

52.217-5 Evaluation Of Options JUL 1990

EVALUATION CRITERIA AND THE BASIS FOR AWARD

(1) Proposals will be evaluated in accordance with the instructions set forth in Section L as well as the evaluation criteria contained in this section. The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represent the best value after evaluation in accordance with the factors in the solicitation. The offeror’s proposal shall be in the form prescribed by, and shall contain a response to each of the areas identified in the Section L solicitation provision entitled “Submission of Proposals”. The evaluation of proposals will consider the offeror’s non-cost/price proposal more important than the offeror’s cost/price proposal. The Government reserves the right to award the contract or contracts to other than the offeror(s) with the lowest evaluated CPFF.

The Government reserves the right to make multiple awards.

(2) The Non-cost evaluation factors are listed below descending order of importance, with Performance Approach being more important Management Approach, Management Approach being more important than Past Performance, and Past Performance being significantly more important than Socio-economic Plan.

Performance ApproachManagement ApproachPast PerformanceSocio-economic Plan

In considering the relevance of an offeror’s past performance, the past performance references provided by the offeror will be evaluated individually and in the aggregate. If subcontractor past performance is provided as part of the FIVE of its most relevant contracts or efforts, the subcontractor past performance will be given weight relative to the scope, magnitude and complexity of the aspects of the work under the solicitation for which the subcontractor is proposed. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. When an offeror is determined to have relevant past performance, the quality of its relevant past performance will be evaluated. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably under the Past Performance factor. However, the proposal of an offeror with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous proposal to the Government and, thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The evaluation of Past Performance is separate and distinct from the Contracting Officer’s responsibility determination. The assessment of the offeror’s past performance will be used as a means of evaluating how capable the offeror is of successfully accomplishing the requirements of the solicitation. In determining the rating for the Past Performance evaluation factor, the Government will give greater weight to the contracts or efforts which are determined to have greater relevance to the solicitation. An offeror whose past performance demonstrates either a low expectation or no expectation that the offeror will be able to successfully perform the required effort will be considered ineligible for award

For all non-cost factors (other than Past Performance), an offeror’s proposal must be determined to be Acceptable or better in order to be eligible for award. Marginal is a less-than-acceptable rating. The Government intends to evaluate proposals and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and non-price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary.

Page 120: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 120 of 121

(3) Cost Proposal

The cost proposal shall be based upon the government’s estimated level of effort and labor categories in Section B of the solicitation.

CPFF Costs will be evaluated on the basis of cost realism. Cost realism pertains to the offeror’s ability to project costs which are realistic. The cost realism analysis will be used to determine the probable cost of performance. The probable cost of performance represents the Government’s best estimate of the cost of any contract that is likely to result from an offeror’s proposal and may differ from the proposed cost. The probable cost, determined through the cost realism analysis will be used for purposes of the best value analysis. The government will also evaluate for fair and reasonable pricing. The method or methods of cost and price analysis to be used is at the discretion of the Contracting Officer.

COST LIMITATION CEILINGS ON INDIRECT RATES

If an offeror proposes cost limitation ceilings on indirect rates, the offeror is advised that the Government may evaluate the offeror’s cost proposal accordingly. The decision to propose cost limitations is the offeror’s decision. In the event that the offeror proposes indirect rate limitations, these same ceiling rate limitations may be incorporated into any resultant contract without discussion. Under any resultant cost reimbursement contract, the indirect rates billed shall be limited to the ceiling rate(s) identified in the contract. Any costs incurred above the ceiling rates are not allowable.

The evaluation of the offeror’s proposed Compensation for Professional Employees will be performed in accordance with FAR52.222.46. The Government will evaluate the offeror’s total compensation plan for professional employees employed under the contract, including first-tier subcontractor employees, to assure that it reflects a sound management approach and understanding of the contract requirements. This evaluation will include an assessment of the offeror’s ability to provide uninterrupted high-quality work. The professional compensation proposed will be considered in terms of its impact upon recruiting and retention, its realism, and its consistency with a total plan for compensation. Additionally, proposals envisioning professional employee compensation levels lower than those of predecessor contractors for the same work will be evaluated on the basis of maintaining program continuity, uninterrupted high-quality work, and availability of required competent professional service employees. Professional compensation that is unrealistically low or not in reasonable relationship to the various job categories, may impair the Contractor’s ability to attract and retain competent professional service employees, and thus, may be viewed as evidence of failure to comprehend the complexity of the contract requirements. To the extent that an offeror’s proposed Compensation for Professional Employees is evaluated as presenting a high risk to successful performance, the offeror’s proposal will be considered unawardable.

Pursuant to FAR 37.115, the use of uncompensated overtime is not encouraged by the Government and may present a risk to contract performance. The use of uncompensated overtime may result in unrealistically low labor rates and quality or service shortfalls and may degrade the level of technical expertise required to fulfill the Government's requirements. Proposals submitted that are based on the use of uncompensated overtime will be evaluated to ensure that the use of uncompensated overtime will not degrade the level of technical expertise required to fulfill the Government’s requirements.

Offerors shall comply with FAR 52.237-10 Identification of Uncompensated Overtime (MAR 2015), which is incorporated into the solicitation. All proposed labor hours subject to the adjusted hourly rate (including uncompensated overtime) shall be identified as either regular or overtime hours, by labor categories, and described at the same level of detail. This is applicable to all proposals whether the labor hours are at the prime or subcontract level. This includes uncompensated overtime hours that are in indirect cost pools for personnel whose regular hours are normally charged direct. The offeror shall include a copy of its policy addressing uncompensated overtime with its proposal. The offeror's accounting practices used to estimate uncompensated overtime must be consistent with its cost accounting practices used to accumulate and report uncompensated overtime hours. Each offeror

Page 121: €¦  · Web viewFor CPFF term-type task orders, the number of hours identified in the task order level-of-effort (including any hours to be performed by a subcontractor) shall

N0018918RZ008

Page 121 of 121

proposing on the basis of uncompensated overtime shall explain how its accounting practices used to estimate uncompensated overtime are consistent with its cost accounting practices used to accumulate and report uncompensated overtime. Each offeror proposing on the basis of uncompensated overtime is required to explain why the use of uncompensated overtime will not degrade the level of technical expertise or cause quality or service shortfalls in fulfilling the Government’s requirements.

For the purpose of preparing a cost proposal, the offeror shall assume that the basic ordering/period of performance shall be from 01 May 2019 through 30 April 2024 with a single six month option period pursuant to FAR clause 52.217-8 encompassing 01 May 2024 through 31 October 2024.

The Government has estimated travel and material costs as specified below:

Ordering Period Summary: Travel Material Year 1: 05/01/2019 to 04/30/2020 $6,000,000 $144,000Year 2: 05/01/2020 to 04/30/2021 $6,000,000 $144,000Year 3: 05/01/2021 to 04/30/2022 $6,000,000 $144,000Year 4: 05/01/2022 to 04/30/2023 $6,000,000 $144,000Year 5: 05/01/2023 to 04/30/2024 $6,000,000 $144,0006 Mos Option: 05/01/2024 to 04/30/2024 $3,000,000 $ 72,000

The Government’s estimated travel and material costs (plus applicable burden) will be used for the purpose of evaluating the cost proposal. Application of material handling charges and/or G&A rates, as appropriate, will be allowed only if the contractor maintains separate accounts for such costs and will be in addition to the common evaluation amounts.