1. this contract is a rated order solicitation ......code (hour) page(s) until 02:00 pm local time09...

147
CODE (Hour) PAGE(S) until 02:00 PM local time 09 Nov 2016 X A X B X C D E X X G F X H [email protected] RATING PAGE OF PAGES 7. ISSUED BY (Date) 21-Dec-2017 IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97) Prescribed by GSA FAR (48 CFR) 53.214(c) ABRA N. SMITH 1 147 (If other than Item 7) 15A. NAME 16. NAME AND TITLE OF PERSON AUTHORIZED TO AND ADDRESS SIGN OFFER (Type or print) OF OFFEROR BILL LARIMER / VP OF PROPOSALS AMENDMENT NO. DAT E 15B. TELEPHONE NO (Include area code) 17. SIGNATURE 512-419-6851 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. 18. OFFER DATE URS FEDERAL SERVICES, INC. BILL LARIMER 20501 SENECA MEADOWS PKWY STE 300 GERMANTOWN MD 20876-7019 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 2. CONTRACT NO. W911S0-18-D-0007 W911S0 8. ADDRESS OFFER TO See Item 7 9. Sealed offers in original and 2 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and MICC-FE Bldg 705 STE 126 conditions contained in this solicitation. 10. FOR INFORMATION CALL: A. NAME (NO COLLECT CALLS) DEBI BROWN 757-501-8191 11. TABLE OF CONTENTS SOLICITATION/ CONTRACT FORM SUPPLIES OR SERVICES AND PRICES/ COSTS 1 - 2 3 - 8 X I CONTRACT CLAUSES DESCRIPTION/ SPECS./ WORK STATEMENT X PACKAGING AND MARKING 9 - 108 J LIST OF ATTACHMENTS INSPECTION AND ACCEPTANCE DELIVERIES OR PERFORMANCE 109 110 K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS CONTRACT ADMINISTRATION DATA 111 SPECIAL CONTRACT REQUIREMENTS OFFER (Must be fully completed by offeror) 112 - 114 M L INSTRS., CONDS., AND NOTICES TO OFFERORS EVALUATION FACTORS FOR AWARD NOT E: 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) Net 30 Days 14. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments AMENDMENT NO. DAT E to the SOLICITATION for offerors and related documents numbered and dated): 5W3V7 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 [email protected] 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: 757-501-8159 (Signature of Contracting Officer) CODE CODE B. TELEPHONE (Include area code) C. E-MAIL ADDRESS AWARD (To be completed by Government) 0001 - 0008 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION $554,174,983.00 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 HQ0490 DFAS-IN, VP GFEBS 8899 E 56TH ST INDIANAPOLIS IN 46249-3800 PART IV - REPRESENTATIONS AND INSTRUCTIONS PART III - LIST O F DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS 115 - 143 PART II - CONTRACT CLAUSES MICC - FORT EUSTIS 705 WASHINGTON BLVD SUITE 126 FORT EUSTIS VA 23604 FAX: TEL: FAX: TEL: NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION 144 - 147 6. REQUISITION/PURCHASE NO. 0010628056-0001 5. DATE ISSUED 30 Sep 2016 4. TYPE OF SOLICITATION SEALED BID (IFB) NEGOTIATED (RFP) [ ] [ X ] 3. SOLICITATION NO. W911S0-16-R-0003 See Item 7

Upload: others

Post on 15-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • CODE

    (Hour)

    PAGE(S)

    until 02:00 PM local t ime 09 Nov 2016

    X

    AX BX C

    DEX

    XGF

    X H

    debra.j [email protected]

    RATING PAGE OF PAGES

    7. ISSUED BY

    (Date)

    21-Dec-2017

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

    Prescribed by GSAFAR (48 CFR) 53.214(c)

    ABRA N. SMITH

    1 147

    (If other than Item 7)

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

    OFOFFEROR

    BILL LARIMER / VP OF PROPOSALS

    AMENDMENT NO. DATE

    15B. TELEPHONE NO (Include area code) 17. SIGNATURE512-419-6851

    15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTERSUCH ADDRESS IN SCHEDULE.

    18. OFFER DATE

    URS FEDERAL SERVICES, INC.BILL LARIMER20501 SENECA MEADOWS PKWY STE 300GERMANTOWN MD 20876-7019

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

    2. CONTRACT NO.

    W911S0-18-D-0007

    W911S0 8. ADDRESS OFFER TO

    See Item 7

    9. Sealed offers in original and 2 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, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and

    MICC-FE Bldg 705 STE 126

    conditions contained in this solicitation.10. FOR INFORMATION CALL:

    A. NAME (NO COLLECT CALLS)DEBI BROWN 757-501-8191

    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 - 108 J LIST OF ATTACHMENTS

    INSPECTION AND ACCEPTANCEDELIVERIES OR PERFORMANCE

    109110 K

    REPRESENTATIONS, CERTIFICATIONS ANDOTHER STATEMENTS OF OFFERORS

    CONTRACT ADMINISTRATION DATA 111SPECIAL CONTRACT REQUIREMENTS

    OFFER (Must be fully completed by offeror)112 - 114 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)

    Net 30 Day s

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

    AMENDMENT NO. DATE

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

    5W3V7 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

    [email protected]

    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: 757-501-8159 (Signature of Contracting Officer)

    CODE CODE

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

    AWARD (To be completed by Government)

    0001 - 000819. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

    $554,174,983.0022. 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 HQ0490DFAS-IN, VP GFEBS8899 E 56TH STINDIANAPOLIS IN 46249-3800

    PART IV - REPRESENTATIO NS AND INSTRUCTIO NS

    PART III - LIST O F DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS115 - 143

    PART II - CO NTRACT CLAUSES

    MICC - FORT EUSTIS705 WASHINGTON BLVD SUITE 126FORT EUSTIS VA 23604

    FAX:TEL:

    FAX:TEL:

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

    SOLICITATION

    144 - 147

    6. REQUISITION/PURCHASE NO.

    0010628056-0001

    5. DATE ISSUED

    30 Sep 2016

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

    [ ]

    [ X ]

    3. SOLICITATION NO.

    W911S0-16-R-0003

    See Item 7

  • W911S0-18-D-0007

    Page 2 of 147

    Section A - Solicitation/Contract Form AECOM PROPOSAL 1. The Government hereby accepts AECOM proposal dated 9 Nov 2016 as revised on 5 Sep 2017. The proposal/revised proposal as a whole, to include the Subcontracting Plan and Organizational Conflict of Interest (OCI) Mitigation Plan, are hereby incorporated into and form a part of the contract. 2. In the event of inconsistencies between the provisions of the contract and the proposal, the inconsistency shall be resolved by the following order of precedence: (1) the contract excluding the proposal; then (2) the proposal. 3. Should Government Furnished Property (GFP) be required, it will be addressed at the task order level; FAR Clause 52.245-1 Government Property and DFARS Clause 252.211-7007 Reporting of Government-Furnished Property incorporated accordingly.

  • W911S0-18-D-0007

    Page 3 of 147

    Section B - Supplies or Services and Prices

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0001 1,000,000 Job $1.00 $1,000,000.00 PHASE-IN

    FFP Phase-in will be at the task order level. The Ordering Period for the MAIDIQ contracts will be five (5) years; 21 Dec 2017 - 20 Dec 2022. FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

    MAX NET AMT

    $1,000,000.00

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0002 1 Job $460,472,604.18 $460,472,604.18 TSS-E MISSION SUPPORT SERVICES

    FFP TRAINING SUPPORT SYSTEMS ENTERPRISE (TSS-E) Mission Support Services for Army Training Support Command (ATSC). The Ordering Period for the MAIDIQ contracts will be five (5) years; 21 Dec 2017 - 20 Dec 2022. FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

    MAX NET AMT

    $460,472,604.18

  • W911S0-18-D-0007

    Page 4 of 147

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0003 1 Job $75,000,000.00 $75,000,000.00 TSS-E MISSION SUPPORT SERVICES

    CPFF CPFF. TRAINING SUPPORT SYSTEMS ENTERPRISE (TSS-E) Mission Support Services for the Army Training Support Command (ATSC). The Ordering Period for the MAIDIQ contracts will be five (5) years; 21 Dec 2017 - 20 Dec 2022. FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

    MAX COST $75,000,000.00 FIXED FEE $0.00

    TOTAL MAX COST + FEE $75,000,000.00

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0004 1 Job $5,000,000.00 $5,000,000.00 TSS-E OPTIONAL TASKINGS

    FFP Optional taskings will be at the task order level. CLINs will be established for each Optional Tasking and will be separately priced. Optional taskings will not be priced at the MAIDIQ level but will only be priced at the task order level. The Ordering Period for the MAIDIQ contracts will be five (5) years; 21 Dec 2017 - 20 Dec 2022. FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

    MAX NET AMT

    $5,000,000.00

  • W911S0-18-D-0007

    Page 5 of 147

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0005 1 Job $2,569,087.41 $2,569,087.41 TSS-E ODCS-TRAVEL

    COST COST. Other Direct Costs (ODCs)-Travel. ODCs-Travel Not-to-Exceed (NTE) amounts will be provided at the task order level. The Ordering Period for the MAIDIQ contracts will be five (5) years; 21 Dec 2017 - 20 Dec 2022. The estimate for the 5-year Ordering Period is at the NTE amount of $2,569,087.41 (See Schedule B Addendum - ODCs-Travel) FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

    MAX COST $2,569,087.41

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0006 1 Job $10,133,291.41 $10,133,291.41 TSS-E ODCS-MATERIALS

    COST COST. Other Direct Costs (ODCs)-Materials. ODC (NTE) amounts will be provided at the task order level. The Ordering Period for the MAIDIQ contracts will be five (5) years. The estimate for the 5-year Ordering Period is at the NTE amount of $10,133,291.41 (See Schedule B Addendum - ODCs-Materials) FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

    MAX COST $10,133,291.41

  • W911S0-18-D-0007

    Page 6 of 147

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0007 1 Job NSP CONTRACTOR MANPOWER REPORT (CMR)

    FFP The Ordering Period for the MAIDIQ contracts will be five (5) years; 21 Dec 2017 - 20 Dec 2022. FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

    MAX NET AMT

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0008 1 Job NSP PHASE-OUT TSS-E MISSION SUPPORT SERVICES

    FFP Phase-out will be at the task order level. The Ordering Period for the MAIDIQ contracts will be five (5) years; 21 Dec 2017 - 20 Dec 2022. FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

    MAX NET AMT

    SCHEDULE B ADDENDUM 1. The Government hereby accepts SAICs proposal dated 9 Nov 2016 as revised on 5 Sep 2017. The proposal/revised proposal as a whole, to include the Subcontracting Plan and Organizational Conflict of Interest (OCI) Mitigation Plan, are hereby incorporated into and form a part of the contract.

  • W911S0-18-D-0007

    Page 7 of 147

    2. In the event of inconsistencies between the provisions of the contract and the proposal, the inconsistency shall be resolved by the following order of precedence: (1) the contract excluding the proposal; then (2) the proposal. 3. Should Government Furnished Property (GFP) be required, it will be addressed at the task order level; FAR Clause 52.245-1 Government Property and DFARS Clause 252.211-7007 Reporting of Government-Furnished Property incorporated accordingly.

  • W911S0-18-D-0007

    Page 8 of 147

  • W911S0-18-D-0007

    Page 9 of 147

    Section C - Descriptions and Specifications SECTION C SECTION C

    PERFORMANCE WORK STATEMENT (PWS) FOR

    UNITED STATES (U.S.) ARMY TRAINING SUPPORT CENTER (ATSC) TRAINING SUPPORT SYSTEMS ENTERPRISE (TSS-E)

    MISSION SUPPORT SERVICES 15 SEPTEMBER 2016

    PART 1. GENERAL INFORMATION

    1. General. This is a non-personal services contract to provide Training Support Systems Enterprise (TSS-E) Mission Support Services for the ATSC, Ft Eustis, VA. The Government shall not exercise any supervision or control over the contract service provider(s) performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn, is responsible to the Government. 1.1 Description of Services/Introduction: The TSS-E is a system of systems that provides networked, integrated, and interoperable training support capabilities through five (5) core tasking areas for active duty, reserve and national guard soldiers, units, commands and installations located throughout the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the required TSS-E Mission Support Services except for those items specified as Government-Furnished Property (GFP) and any additional services as defined in this PWS. The contractor shall perform to the standards as required in accordance with the PWS and resulting contract(s). 1.2 Background. The Office of the Deputy Chief of Staff, HQDA Management Office – Training Simulations (DAMO-TRS) G-3/7 and elements of the Training and Doctrine Command (TRADOC) formed the TSS-E Enterprise as directed by the Vice Chief of Staff of the Army on 18 July 2008. The TSS-E Enterprise has teamed to develop a contract that will provide the necessary support to manage Army ranges and land assets with the Army’s emerging Live, Virtual, Constructive and Gaming (LVC&G) domains enabling an operationally relevant training environment for Army Warfighters. Contractor support is required to assist the Army in successfully accomplishing the TSS-E mission. Services will be performed at Government facilities and/or contractor facilities throughout the Continental United Stated (CONUS) and its territories and outside the Continental United States (OCONUS). The contractor shall be required to travel to locations throughout CONUS and OCONUS. Specific place(s) of performance will be detailed in individual task orders.

  • W911S0-18-D-0007

    Page 10 of 147

    1.3 Objectives. This PWS conveys the basic performance requirements, standards, and assessment measures that will apply to all issued Army TSS-E task orders. Any additional performance requirements, standards, and assessment measures will be detailed in each individual task order PWS. 1.4 Scope. This PWS identifies the mission support requirements for the U.S. Army Training Support System (TSS). This TSS-E Mission Support Contract will provide program support for TSS-E implementation and operations to Headquarters, Department of the Army (HQDA), the U.S. Army installations, the U.S. Army Commands (ACOMs), the U.S. Army Installation Management Command (IMCOM) and IMCOM Regions, the U.S. Army National Training Center (NTC), the U.S. Army Training Support Center (ATSC), the U.S. Army Environmental Command (AEC), the U.S. Army National Simulation Center (NSC), the U.S. Army Training and Doctrine Command (TRADOC) and Combined Arms Command (CAC), U.S. Army Reserve Command (USARC), and the U.S. Army National Guard (ARNG), Direct Reporting Units (DRU’s). The TSS contract will incorporate services and support in the following five (5) tasking areas (to include all subtasking areas) (Amend 0002):

    (1) Sustainable Range Program (SRP) (a) Range Operations (b) Range Modernization (c) Integrated Training Area Management (ITAM) (d) Geographic Information Systems (GIS)

    (2) Combat Training Center (CTC) Support

    (a) Leader Training Program (LTP) (b) Operational Environment (OE) Support (c) Miscellaneous CTC Support

    (3) Mission Complex and LVC-IA Support (a) Technical Support (b) Training Support (c) Exercise Support (d) Program Management (e) LVC-IA Support (4) Soldier Training Support (a) Training Support Center (TSC) Operations (b) TSC Modernization (c) Program Management (5) Training Development Support (a) Combat Development Training Capability (b) Mission Training Capability (c) Virtual Capability (d) Gaming Capability (e) Constructive Simulation Capabilities

  • W911S0-18-D-0007

    Page 11 of 147

    1.5 Type of Contract. The Government will award a Multiple Award Indefinite Delivery/Indefinite Quantity (MAIDIQ) contract with FFP and Cost-Plus-Fixed-Fee (CPFF) Contract Line Items (CLINs) with Cost-Type CLINS for Other Direct Costs (ODC) for travel and materials. 1.6 Performance Period. The performance period for the TSS-E base contracts will be for a five (5) year Ordering Period. The five (5) year Ordering Period may be extended six (6) months in accordance with FAR 52.217-8 Option to Extend Services. 1.7 Quality Control. Quality Control is the responsibility of the contractor. The contractor is responsible for the delivery of quality services/supplies to the Government under the terms of the contract and in accordance with FAR 52.246-1-Contractor Inspection Requirements, to include those provided by subcontractors. The contractor shall develop, implement, and maintain an effective Quality Control (QP) System which includes a written Quality Control Plan (QCP) to ensure that the requirements of this contract are met. The QCP shall implement standardized procedures/methodologies for monitoring and documenting contract performance to ensure all contract requirements are met. The contractors’ QCP must contain a systematic approach to monitor operations to ensure acceptable services/products are provided to the Government. The QCP, as a minimum, shall address continuous process improvement; procedures for scheduling, conducting and documentation of inspection; discrepancy identification and correction; corrective action procedures to include procedures for addressing Government discovered non-conformances; procedures for root cause analysis and corrective action to prevent re-occurrence of discrepancies; procedures for trend analysis; procedures for collecting and addressing customer feedback/complaints. The contractor shall periodically update the QCP as changes in program processes are identified. 1.7.1 Acceptable Quality Level (AQL). The contractor shall maintain schedules, track actions, and draft documents to provide assistance in the preparation of draft correspondence, hard copy and slideshow presentations and briefings, and other documents related to program management, data management of live-fire systems and facilities development, operation, test planning, sustainment management and program office policy. The contractor shall review documents for conformance to previous records of doctrine and concepts relative to training development and delivery. 1.7.2 Quality Control Plan (QCP). The Contractor shall maintain a QCP that describes the QC Program. The successful offeror shall submit a finalized QCP thirty (30) days after award of the contract to the Government for approval. The Government will have ten (10) working days to review/accept the QCP. Throughout contract performance, the contractor shall submit any changes in the QCP to the Contracting Officer or the COR for approval a minimum of five (5) working days prior to implementation. The QCP shall address, at a minimum, the following elements: 1.7.2.1 Inspector Qualifications. The QCP shall include the names of firms or individuals who are responsible for managing the QCP and tasked to perform inspections and the extent of their authority. Their functional roles shall be depicted in an organization chart.

  • W911S0-18-D-0007

    Page 12 of 147

    1.7.2.2 Inspection Program. The QCP shall identify the tasks or areas to be inspected on a scheduled or unscheduled basis, the manner in which inspections are to be conducted, the titles of the individuals who will perform the inspections, and the percentage of the work which will be inspected on a recurring basis. In developing this inspection program, the contractor shall identify the key activities and associated characteristics in each process that has a significant influence on specific services and provide for methods for evaluation of the selected characteristics. 1.7.2.3 Documentation and Enforcement. The QCP shall include a method of documenting and enforcing quality control operations of both prime contractor and subcontractor work including inspection and testing. The contractor shall maintain a file of all inspections/tests conducted by the contractor, to include any corrective actions taken. This file shall be subject to review by the Contracting Officer. 1.7.2.4 Deficiency Identification. The QC Program shall include a method of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable as defined in the Performance Requirements Summary (PRS). 1.7.2.5 Deficiency Correction. The QC Program shall contain process control and process performance measurement procedures that include how the contractor shall effect preventive corrective actions as opposed to reliance on Government or customer identification of deficiencies prior to resolving the problem. 1.7.2.6 Trend Analyses. The QCP shall include a method of performing trend analyses and assessments through the use of metrics. 1.7.2.7 Surveillance Methods. The QCP shall contain specific surveillance techniques for all contract services. The surveillance methods shall be comprehensive and adaptable to the reporting system of the Plan. 1.7.2.8 Customer Complaint Program. The QC Program shall include a Customer Comments and Complaint Program and the processing system. The Program shall identify and correct valid customer complaints and provide feedback to the Government and customers on corrective action(s) taken. The term customer includes customers internal and external to the organizations identified by the contract. 1.7.2.9 Revisions. The QC Program shall include an annual review of the QCP to revise or update to ensure efficient and effective use of best practices. 1.8 Safety. All work shall be conducted in a safe manner and in compliance with Occupational Safety and Health Agency (OSHA), Environmental Protection Agency (EPA), State, Army, and Safety and Environmental Management Office (SEMO) Regulations. If the contractor fails or refuses to promptly comply with safety requirements, the Contracting Officer will issue an order stopping all or part of the work until satisfactory corrective action has been taken.

  • W911S0-18-D-0007

    Page 13 of 147

    1.9 Vehicles. Contractor personnel operating motor vehicles on Government installations shall have a valid State license and shall comply with AR 190-5 - Motor Vehicle Traffic Supervision and AR 385-55 - Prevention of Motor Vehicle Accidents regarding motor vehicle use and registration. All personal and Contractor-owned vehicles shall be properly registered, insured, and inspected in compliance with State and local laws. 1.10 Security Requirements. The security requirements are in accordance with a DD Form 254 - Department of Defense (DoD) Contract Security Classification Specification. (See Attachment J – DD254) 1.10.1 DoD Antiterrorism (AT) Standards/Operational Security Review. 1.10.1.1 In accordance with DoD I 2000.16, DoD Anti-terrorism Standards, all contractor employees, including subcontractor employees, shall complete the Anti-terrorism Level 1 Awareness Training within thirty (30) days of task order award date. 1.10.2 AT Level I Training. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, and controlled access areas shall complete AT Level I awareness training within thirty (30) calendar days after contract and task order award start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit Certificates of Completion for each contractor and subcontractor employee to the Contracting Officer, Contracting Officers Representative (COR), and/or the On-Site COR (OSCOR). AT Level I awareness training is available at: https://atlevel1.dtic.mil/at. 1.10.3 Operational Security. 1.10.3.1 Access and General Protection/Security Policy and Procedures. The contractor and all associated subcontractor employees shall comply with applicable installation, facility, and area commander installation/facility access and local security policies and procedures. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the Installation Provost Marshal’s Office, the Director of Emergency Services, or the Security Office. Contractor workforce shall comply with all Personal Identity (PI) verifications as required by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the Changes clause of the contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.10.3.2 Physical Security: The contractor shall be responsible for safeguarding all Government property, information, and equipment provided for contractor use. At the close of each work period, Government facilities, equipment, information, and materials shall be secured. Specific security requirements shall be in accordance with each individual task order. 1.10.3.2.1 Key Control. The contractor shall establish and implement methods of making sure all keys/key cards issued to the contractor by the Government are not lost or misplaced and are

  • W911S0-18-D-0007

    Page 14 of 147

    not used by unauthorized persons. No keys issued to the contractor by the Government shall be duplicated. The contractor shall develop procedures covering key control that shall be included in the QCP. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the COR and OSCOR. This requirement will be specified in each individual task order level. The contractor shall prohibit the use of Government issued keys/key cards by any persons other than the contractor’s employees. 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 personnel authorized entrance by the Contracting Officer. All references to keys include key cards. 1.10.3.2.2 In the event keys, other than master keys, are lost or duplicated, the contractor shall re-key or replace the affected lock or locks; however, the Government may make the decision to 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 shall 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 shall be replaced by the Government and the total cost deducted from the monthly payment due the contractor. 1.10.4 iWATCH Training. The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity Anti-Terrorism Officer (ATO). This local developed training shall be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR and OSCOR. This training shall be completed within thirty (30) calendar days of contract award and within thirty (30) calendar days of new employees commencing performance with the results reported to the COR and OSCOR no later than thirty (30) calendar days after contract award. 1.10.5 Contractor Employees Who Require Access to Government Information Systems. All contractor employees with access to a Government information system must be registered in the Army Training Certification Tracking System (ATCTS) at commencement of services and shall successfully complete DoD Information Assurance Awareness Training prior to access to the information systems and annually thereafter. 1.10.6 Operations Security (OPSEC) Training. Per AR 530-1 Operations Security, new contractor employees must complete Level I OPSEC training within thirty (30) calendar days of their reporting for duty. All contractor employees must complete annual OPSEC awareness training. 1.10.7 Information Assurance (IA)/Information Technology (IT) Training. All contractor employees and associated subcontractor employees must complete the DoD IA Awareness Training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six (6) months of employment

  • W911S0-18-D-0007

    Page 15 of 147

    1.11 Handling or Access to Classified Information. The contractor shall comply with FAR 52.204-2 Security Requirements. This clause involves access to information classified Confidential, Secret, or Top Secret and requires contractors to comply with the Security Agreement (DD Form 441) including the National Industrial Security Program Operating Manual (NISPOM) DoD 5220.22-M and any revisions. 1.12 AFFARS 5352.204-9000 Notification of Government Security Activity and Visitor Group Security Agreements. The Contracting Officer shall insert AFFARS 5352.204-9000 - Notification of Government Security Activity and Visitor Group Security Agreements in solicitations and contracts which require a DD Form 254 for performance on U.S. Government installations (CONUS) and overseas (OCONUS). The Contracting Officer may change the number of days specified in 5352.204-9000(a). If less than thirty (30) days is used, coordinate with the Installation Security Police activity. 1.12.1 In accordance with DOD 5220.22-M National Industrial Security (NISPOM) and FAR SUBPART 5304.4 – SAFEGUARDING CLASSIFIED INFORMATION WITHIN INDUSTRY.

    1.12.2 AR 380-49 establishes policy for the Department of the Army Industrial Security Program.

    1.12.3 Whenever a SECRET or TOP SECRET clearance is required for the performance of any tasks, it will be clearly specified within the individual task order. Contractor personnel may not have access to classified information without acquiring appropriate clearances and without a need-to-know. At a minimum, an interim clearance must be granted by the Defense Industrial Security Clearance Office (DISCO) prior to access of Classified Military Information (CMI) or meetings. Information will be accessed and stored in Government spaces only. Personnel who knowingly violate security policies or directives are subject to immediate removal. 1.12.4 Contractors may require access up to TOP SECRET in support of the Constructive Division (CD) and National Simulation Center (NSC) in conducting Joint Land Component Constructive Training Capability (JLCCTC) Validations/Verifications and Accreditations (VV&As), Maintenance Releases, and User Assessments in accordance with the NSC VV&A Standard Operating Procedure (SOP). 1.12.4.1. TOP SECRET clearance is required in the NSC Global Simulations Capability (GSC). The Contractor shall be required access up to TOP SECRET in support of the JLCCTC Upper Enclave (UE) simulation components for Regional Simulation Center (RSC) and MCTP exercise support. 1.12.5 Performance of certain tasks may require access to Secret Internet Protocol Router Network (SIPRNET) equipment. Before accessing the SIPRNET, the contractor shall obtain a North Atlantic Treaty Organization (NATO) awareness brief.by the installation security manager. Access to NATO information is NOT REQUIRED. When SIPRNET access is required, the contractor shall not access, download or further disseminate any special access data (i.e., intelligence, NATO, (Communication Security (COMSEC), etc.) outside the execution of the defined contract requirements and without the guidance and written permission of the COR

    http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/affars/5352.htm#p53522049000http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage51.htmlhttp://farsite.hill.af.mil/reghtml/regs/far2afmcfars/af_afmc/affars/5352.htm#p53522049000

  • W911S0-18-D-0007

    Page 16 of 147

    of the requiring activity. In the event that any special access is required, the Contracting Officer must modify the requirements for the DD Form 254. 1.12.6 Contractor Personnel. 1.12.6.1 The investigative basis for personnel security clearances shall be in accordance with existing DoD policy. Eligibility based on investigations that are out of date (i.e., TOP SECRET (5 years); SECRET (10 years), and CONFIDENTIAL (15 years)) must be processed for a Periodic Reinvestigation within ten (10) days of being assigned to the contract. Contractors will not be allowed access to CMI until required investigations are submitted. 1.12.6.2. CONUS. Contractor personnel performing on this contract in CONUS shall be citizens of the U.S. 1.12.6.3 OCONUS. Contractor personnel performing on this contract OCONUS shall be vetted by local security as required. 1.12.7 The National Industrial Security Program Operating Manual (NISPOM), February 28, 2006 applies as well as Industrial Security Letters (ISL). 1.12.8 For Official Use Only (FOUO) material. The contractor will comply with applicable Army/Air Force Regulations and local command policies and procedures governing the protection of classified and sensitive. After indoctrination, contractor personnel shall ensure classified and sensitive government information is properly handled, stored, transmitted, disseminated, and destroyed in accordance with Army Regulation (AR) 380-5 – Army Information Security Program and local policy. Local guidance pertaining to the protection of classified and sensitive material will be provided to the contractor by the customer upon arrival at each performance site. 1.12.9 All contractor personnel shall be properly briefed by the organization at performance start date of each individual task order and debriefed at the end of the period of performance. *See Attachment J - DD Form 254 1.12.10 Information Technology (IT)/Security Requirements. 1.12.10.1 Contractor personnel performing under this contract shall be able to obtain and maintain a favorable suitability/fitness determination under 5 CFR 731 or equivalent. 1.12.10.2 The Government will submit background investigations for positions that require a Common Access Card (CAC) and/or IT access. For contractors, the minimum requirement for access to classified Federal Information Systems shall be as follows:

    • IT- II access, a Single Scope Background Investigation (SSBI/SF 86); • IT-II access, a National Agency Check with Local Agency & Credit Check (NACLC)

    (SF 86); and • IT- III access, a National Agency Check With Inquiries (NACI) (SF 85).

  • W911S0-18-D-0007

    Page 17 of 147

    1.12.10.3 Prior to CAC issuance, the National Agency Check (NAC) Federal Bureau of Investigation (FBI) ten (10 point FBI fingerprint check) must be completed without adverse comment, and the NACI (or equivalent) SHALL BE INITIATED. CACs shall not be issued before the fingerprint check results have been completed and the investigation has been submitted. FINGERPRINTS AND THE APPROPRIATED INVESTIGATION SHALL BE SUBMITTED BY THE GOVERNMENT. 1.13 Joint Personnel Adjudication System (JPAS). Contractors assigned to the contract PWS and/or task order who require access to Government installations in performance of their duties, shall have an owning relationship established in the JPAS to the Government installation they are executing the contract/task order for. The Security Office where the contractors is assigned shall perform the JPAS requirement. Visit Requests shall be cleared by the Security Office of the Government installation the contractor is assigned to. For contractors who do not require access, a Visit Authorization Letter (VAL) must be submitted to the Security Office of the Government installation the contractor is visiting. 1.13.1 In accordance with Army Regulation and Air Force Instructions, all prospective contractors shall undergo a verification process to determine the trustworthiness and suitability prior to being granted access to federal property. Compliance with applicable regulations and local policy is required wherever work is being performed. Limited access with escort may be granted (at the installation’s discretion) for an interim period while investigations are being conducted. 1.13.2 Installation Security Office will submit all background investigations on prospective contractors requiring CAC and/or network access. Compliance with applicable regulations and local policy is required wherever work is being performed. 1.14 Post Award Conference/Periodic Progress Meetings. The contractor shall attend any post award conference convened by the Contracting Officer in accordance with Federal Acquisition Regulation (FAR) 42.5 - Post Award Orientation. The Contracting Officer, COR, and other Government personnel, as appropriate, will meet quarterly with the contractor to review the contractor's performance. At these meetings the Contracting Officer shall apprise the contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.15 Contracting Officer Representative (COR). The COR and OSCOR will be identified by separate letter for each base contract and each individual task order. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions:

    • assure that the contractor performs the technical requirements of the contract; • perform inspections necessary in connection with contract performance; • maintain written and oral communications with the contractor concerning technical

    aspects of the contract;

  • W911S0-18-D-0007

    Page 18 of 147

    • issue written interpretations of technical requirements to include Government drawings, designs, and specifications;

    • monitor contractor performance and notify both the Contracting Officer and contractor of any deficiencies;

    • coordinate availability of Government-furnished property; and • provide site entry of contractor personnel.

    1.15.1 COR/OSCOR Delegation Letter. A Letter of Delegation shall be issued to the COR and OSCOR; a copy of which will be sent to the contractor stating the responsibilities and limitations of the COR and OSCOR. The COR is not authorized to make any contractual changes to the base contracts nor task orders to include the terms and conditions of the base contract/task orders, changes which effect cost, price, and estimates or changes in delivery dates. 1.16 Key Personnel. Key Personnel shall be identified by name within the contractor’s proposal and their resumes submitted for evaluation during the Source Selection Process. The name of the person who shall be responsible for the performance of all work and who shall act on behalf of the company shall be designated, in writing, to the Contracting Officer. The name of the person who shall act in their absence shall also be designated in writing to the Contracting Officer. These Key Personnel shall have full authority to act for the contractor on all contract matters relating to the daily operations of the contract and shall be available daily between the hours of 8:00 AM to 5:00 PM Monday thru Friday except Federal holidays or when the Government facility is closed for administrative reasons. 1.17 Identification of Contractor Employees. The contractor and subcontractors shall provide each employee an Identification (ID) Badge, which shall contain, at a minimum the company name, the employee name, and a color photo of the employee. ID Badges for Key Personnel shall also indicate their job title. ID Badges shall be worn at all times while performing work under this contract. All contractor and subcontractor employees shall wear the ID Badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit. The contractor and subcontractors shall be responsible for collection of ID Badges upon completion of the contract or termination of employee(s). A listing of issued ID cards shall be furnished to the Contracting Officer or the COR prior to the contract performance date and updated as needed to reflect contractor and subcontractor personnel changes. All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced are suitably marked as contractor products or that contractor participation is appropriately disclosed. When contractor personnel send e-mail messages to Government personnel while performing on this contract, the contractor's e-mail address shall include the company name together with the person's name. When it is necessary for contractor personnel to have a user address on a Government computer, the Government will ensure that person's e-mail address includes [email protected] at the end of the email address and that the contractor includes the name of their company in their signature block at the end of their emails.

    mailto:[email protected]

  • W911S0-18-D-0007

    Page 19 of 147

    1.18 Supervision of Contractor Employees. The Government will not exercise any supervision or control over contractor or subcontractor employees while performing work under the contract. Such employees shall be accountable solely to the contractor, not the Government. The contractor, in turn, shall be accountable to the Government for contractor or subcontractor employees. 1.19 Other Direct Costs (ODCs). 1.19.1 ODCs-Travel. Contractor personnel shall be required to travel CONUS and OCONUS during the performance of this contract to attend meetings, conferences, and training. The contractor shall be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in the contract and resulting task orders. All travel requires Government approval/authorization and notification to the COR. For proposal purposes, a Contract Line Item Number (CLIN) shall be established at a Not-to-Exceed (NTE) amount estimated for the overall contract. Each individual task order requiring contractor travel will have a CLIN established for the NTE amount. 1.19.2 ODCs-Materials. The contractor may be required to provide materials in support of this PWS. All contractor furnished materials requires Government approval. For proposal purposes, a Contract Line Item Number (CLIN) shall be established at a Not-to-Exceed (NTE) amount estimated for the overall contract. Each individual task order requiring materials will have a CLIN established for the NTE amount. 1.20 Data & Copyrights. The Government's amd contractor's rights and obligations with respect to patents, date, and copyrights shall be governed by the applicable clauses in FAR Part 27 and DFARS Part 227 incorporated into this contract. 1.21 Organizational Conflict of Interest (OCI). Contractor and subcontractor personnel performing work under this contract may receive, have access to, or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, PWS specifications, etc. or perform evaluation services which may create a current or subsequent OCI as defined in FAR 9.5. A Mitigation Plan shall be submitted as a part of the offeror’s proposal and shall be evaluated/approved during the source selection process. After contract award, the contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a Plan to the Contracting Officer to avoid or mitigate any such OCI. The contractor’s Mitigation Plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he/she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.22 Phase-In /Phase-Out Period.

  • W911S0-18-D-0007

    Page 20 of 147

    1.22.1 Phase-In Period. The contractor shall prepare to assume full responsibility for all areas of operation in accordance with the terms and conditions of this contract and resulting task orders. The contractor shall take all actions necessary for a smooth transition of the contracted operations. The phase-in period shall be up to a maximum of thirty (30) calendar days in duration (periods will be established in individual task orders). The Government shall make all facilities and equipment accessible to the contractor within the designated period prior to performance start date. During the phase-in period, the contractor shall, at a minimum:

    • establish the Project Management Office • recruit and hire necessary personnel • obtain all required certifications and clearances; to include personnel security

    clearances • participate in joint inventories and sign for GFP • develop and submit any required deliverables • attend post-award meetings as required • accomplish any necessary training to support the functions listed in the PWS.

    1.22.2 Phase-Out Period. The Phase-Out period shall apply to any task order follow-on requirements. Thirty (30) calendar days prior to the completion of the task order, the incoming contractor may be afforded an observation period by the Government. During that time, the incoming contractor personnel may observe operations and performance methods of the incumbent contractor. This will allow for orderly turnover of facilities, equipment, and records and will help to ensure continuity of service. The Contractor shall fully cooperate with the succeeding contractor and the Government so as not to interfere with their work or duties. During the phase-out period, the Contractor shall approach the following issues: employee notification; retention of key personnel; turn-over of work-in-progress, inventories, Government property; removal of contractor property; data and information transfer; and any other actions required to ensure continuity of operations as designated in individual task orders. 1.22.3 Phase-In/Phase-Out Contract Ordering Periods/Task Order Periods of Performance. 1.22.3.1 Phase-In/Phase-Out CLINs will be established in the base contracts referencing the five (5) year Ordering Period. Each individual task order will contain Phase-In/Phase-Out CLINS if required. 1.23 Federal Holidays. The following days have been established as legal public holidays in the federal service:

    New Year’s Day 1st day of January Martin Luther King Day 3rd Monday in January Presidents’ Day 3rd Monday in February Memorial Day 4th Monday in May Independence Day 4th day of July Labor Day 1st Monday in September Columbus Day 2nd Monday in October

  • W911S0-18-D-0007

    Page 21 of 147

    Veteran’s Day 11th day of November Thanksgiving Day 4th Thursday in November Christmas Day 25th day of December

    1.24 Hours of Operation. The contractor's hours of operation shall be specified in individual task orders. Additionally, the contractor shall ensure that services to customers are not interrupted during break and lunch periods. 1.25 Privacy Act. All contractor personnel assigned to this contract will have access to information that may be subject to the Privacy Act of 1974. The contractor is responsible for ensuring all assigned contract employees are briefed on Privacy Act requirements. 1.26 Program Management. The contractor shall perform continual program management and shall provide a Program Manager who shall conduct overall management coordination and serve as the central point of contact with the Government for performance of all work under the contract. The contractor shall also provide Project Managers who shall be physically located on-site in accordance with the requirements of the individual task orders. A contractor employee shall be designated to act on behalf of the Program Manager and the Project Manager during their absences and shall provide written notice to the Contracting Officer, the COR, and OSCOR forty-eight (48) hours in advance of the change(s). Such designation is subject to approval by the Contracting Officer or the COR. The Program Manager and any individual designated to act in that capacity shall have full authority to contractually bind the contractor for prompt action on matters pertaining to execution of the contract and/or individual task orders. The Program Manager is responsible for work performed under the contract. The contracts manager is a POC for execution of the contracts action. 1.27 Conduct of Personnel. If a contract employee is removed from the job site or dismissed from the premises, the contractor is not relieved of the requirement to provide sufficient personnel to perform the services as required by the contract PWS and task order PWSs. In accordance with18 USC 1382 Army Regulations and Air Force Instructions, the authority of the Installation Commander to control and deny a contractor employee entry to all or part of the installation is absolute. The individual concerned has no right to appeal. 1.28 Records Keeping Maintenance. The contractor shall maintain and support the maintenance of accurate files of documentation, records, and reports required under the terms of the resulting contract(s) in accordance with AR 25-1 Army Knowledge Management and Information Technology and AR 25-400-2 Army Records Information Management System. 1.28.1 The contractor shall not allow access to the files by any Government agency, non-Government agency, or individual(s) unless specifically authorized by the Contracting Officer or the COR. 1.28.2 The contractor shall make files available to the Contracting Officer, COR, or designated representative upon request. All files shall become the property of the Government and shall be turned over to the Contracting Officer at the completion or termination of the contract or task orders.

  • W911S0-18-D-0007

    Page 22 of 147

    1.29 Meetings, Conferences, Briefings, and Reports. The contractor, Program Manager or designated representative shall attend, participate in, and furnish input to scheduled and unscheduled meetings, conferences, and briefings that relate to the contracted functions and services as required by the Government to provide effective communication and impart necessary information. This will include both on-site and off-site meetings and the frequency may be weekly, monthly, or as otherwise required. Meeting attendees shall, at times, include contractor managerial, supervisory, and other personnel knowledgeable of the subject matter. The contractor shall identify opportunities for improvement or change; provide status, concept, and procedural briefings for projects as related to services provided for in individual task orders. Reports and documentation shall be provided on Government-furnished forms. PART 2. DEFINITIONS & ACRONYMS 2.1. DEFINITIONS 2.1.1 Army Battle Command System (ABCS). ABCS enables a digital battlefield that frames architecture of every stationary and moving platform in the battlespace and employs a mix of fixed/semi-fixed installations and mobile networks and will be interoperable with theater, joint, and combined command and control systems. 2.1.2 Army Master Range Plan (AMRP). The AMRP is the master repository for the DCS, G–3/5/7 validated, prioritized, and funded range modernization and training land acquisition projects. It serves as the Army’s database of record for all Army-approved range projects in all resourcing categories. 2.1.3 Army Regulations. Publications issued by Department of the Army (DA) which are directive in nature and contain missions, responsibilities, policies, and administrative procedures necessary to insure uniform compliance with those policies. 2.1.4 AMRP Range Tracker (AMRP-T). AMRP-T is a web-based tool that tracks range modernization projects through the Military Construction (MILCON) multi-year programming process which includes planning, programming, design, and construction. It includes funding data for training land acquisitions, program support by agencies that directly support the Army’s SRP, and Research, Development and Acquisition (RDA) for range technology systems and acquisition. Real time data submissions and web-based access allow SRP stakeholders to maintain data accurately and share current and historical AMRP data. 2.1.5 Army Range Requirements Model (ARRM). ARRM is a mid-range and long-range planning web application used by installation and higher level managers. ARRM calculates baseline range and land unit throughput requirements and installation capacity. ARRM provides analytical capabilities tailored to the user’s organizational level from the development of installation Range Complex Master Plan (RCMP) and RDP to Army-level stationing scenarios by allowing all input parameters to be changed and requirements recalculated. The ARRM project supports SRP installation managers or proponents in performing essential evaluations of the installation training land and range requirements compared to the installation capacity. The

  • W911S0-18-D-0007

    Page 23 of 147

    ARRM system will assist the proponents in making timely decisions using current data. ARRM allows users at all levels – installation, ACOM and HQDA – to model operational RTLP throughput requirements as well as institutional range and land requirements arising from TRADOC-approved Program of Instruction (POI) and compare them to throughput RTLP capacity at SRP installations. The Training Budget (TBUD) is the model used by DA to estimate the VSCW budget used by the installation to generate installation requirements to support range operations. 2.1.6 As Directed, as Required, Approved, Acceptance. Where these words or words of similar import are used, it shall be understood that the direction, requirements, permission, approval, or acceptance of the Contracting Officer is intended unless stated otherwise. 2.1.7 Mission Training Complex (MTC). The MTC is the focal point for Army National Guard division and brigade staff training and development. Fort Leavenworth is the home of the Army's leading educational, research and development institutions. Into this dynamic and creative environment, the National Guard Bureau placed its Mission Training Complex. This location allows the MTC to draw on the best minds and expertise in the Army to develop the Leaders and Staffs of National Guard's Divisions and Brigades. 2.1.8 Capability Development Document (CDD). A document that captures the information necessary to develop a proposed program(s), normally using an evolutionary acquisition strategy. The CDD outlines an affordable increment of militarily useful, logistically supportable, and technically mature capability. The CDD supports a Milestone B decision review. 2.1.9 Capability Production Document (CPD). A document that addresses the production elements specific to a single increment of an acquisition program. The CPD must be validated and approved before a Milestone C decision review. The refinement of performance attributes and Key Performance Parameters (KPPs) is the most significant difference between the Capability Development Document (CDD) and CPD. 2.1.10 Charrette. Intensive planning session where designers and others collaborate on a vision for development. It provides a forum for ideas and offers the unique advantage of giving immediate feedback to the designers. More importantly, it allows everyone who participates to be a mutual author of the plan. The charrette process is focused workshop(s), which take place during the early phase of the design process. All project team members meet together to exchange ideas, encouraging generation of integrated design solutions. 2.1.11 Classified Material. Documents, data, information, and items for which access is limited to those persons having a "need to know" and appropriate security clearance. 2.1.12 Clearance. Authority permitting individuals cooperating in Department of the Army work, and having a legitimate interest therein, access to classified technical information, materiel, or equipment or admission to restricted areas or installations where such information or materiel is located.

  • W911S0-18-D-0007

    Page 24 of 147

    2.1.13 Combat Training Center (CTC) Program. The CTC Program provides realistic joint and combined arms training, according to Army and joint doctrine, approximating actual combat. 2.1.14 Construction. Erection, installation, or assembly of a new facility; addition, expansion, extension, alteration, conversion, or replacement of an existing facility; or relocation of a facility from one location to another. Includes equipment installed and made a part of such facilities, and related site preparation, excavation, filling, and landscaping, or other land improvements. 2.1.15 Contract. All types of agreements and orders for the procurement of supplies or services. 2.1.16 Contract Administrator. The official Government representative delegated authority by the Contracting Officer to administer a contract. This individual is normally a member of the appropriate Contracting/Procurement career field and advises on all technical contractual matters. 2.1.17 Contractor. A supplier or vendor awarded a contract to provide specific supplies or services to the government. The term used in this contract refers to the prime. 2.1.18 Contracting Officer. A person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.19 Contracting Officers Representative (COR). n Employee of the U.S. Government provided by requiring activities and appointed by the Contracting Officer to provide support to CORs in monitoring and documenting the contractor’s performance. These alternate surveillance support personnel may serve as on-site representatives of the COR in performance of actual contract surveillance, if they meet all COR training and experience requirements and are appointed by the contracting officer as Alternate CORs (ACOR). 2.1.20 Defective Service. A service output that does not meet the standard of performance associated with the PWS. 2.1.21 Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.22 Government-Furnished Property (GFP) or Government Property (GP). Property in the possession of, or directly acquired by, the Government and subsequently made available to the Contractor. 2.1.23 Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. 2.1.24 On-Site Contracting Officer Representative (OSCOR). An employee of the U.S. Government provided by requiring activites and appointed by the Contracting Officer to provide support to CORs in monitoring and documenting the contractor's performance. The OSCOR will

  • W911S0-18-D-0007

    Page 25 of 147

    serve as a representative of the COR in performance of actual contract surveillance, if they meet all COR training and experience requirements and are appointed by the Contracting Officer as OSCORs. ** See "Acronyms" in the PWS in paragraph 2.2 below. 2.1.25 Physical Security. Actions that prevent the loss or damage of GP. 2.1.26 Quality Assurance. The Government procedures to verify that services being performed by the contractor are acceptable in accordance with established standards and requirements of this contract. 2.1.27 Quality Assurance Specialist. An official Government representative concerned with matters pertaining to the contract administration process and quality assurance/quality control. Acts as technical advisor to the Contracting Officer in these areas. 2.1.28 Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.29 Quality Control. All necessary measures taken by the contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.30 Subcontractor. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.31 Work Day. The number of hours per day the contractor provides services in accordance with the contract and task orders. 2.1.32 Work Week. Monday through Friday, except for Federal holidays, unless specified otherwise. 2.2. Acronyms. The list of acronyms applicable to the TSS-E base contract(s) PWS and individual task orders are as follows: ACOR Alternate Contracting Officer's Representative A2/C2 Airspace Command and Control AAR After Action Review AARS After Action Review System ABCS Army Battle Command System ACAT I Acquisition Category AFARS Army Federal Acquisition Regulation Supplement ACOM Army Command ACP Army Campaign Plan ACSIM Assistant Chief of Staff for Installation Management ACUB Army Compatible Use Buffer ADOCS Automated Deep Operations Coordination System ADP Automated Data Processing (ADSI) Air Defense Systems Integrator

  • W911S0-18-D-0007

    Page 26 of 147

    AEC Army Environmental Command AETF Army Evaluation Task Force AFATDS Advanced Field Artillery Tactical Data System AIS Automated Information Systems AITR Army Information Technology Registry AKO Army Knowledge Online AMDPCS Air and Missile Defense Planning and Control System AMR Army Modernization Review AMRDEC Aviation & Missile Research Development & Engineering Center AMRP Army Master Range Plan AOM Average Occupancy Models AQL Acceptable Quality Level AR Army Regulation ARFORGEN Army Force Generation ARNG Army National Guard ARRM Army Range Requirements Model ASAS All Source Analysis System ASAT Automated Systems Approach to Training ASCC Army Service Component Command ASO Army Safety Office ASP Army Safety Program ATO Authority to Operate ATSC Army Training Support Center ATTRS Army Training Requirements and Resources System BAX Battle Area Complex BCCS Battle Command Common Services BCTC-ES Battle Command Training Capability-Equipment Support BMP Best Management Practices BES Basis of Estimate Summary BFT Blue Force Tracker BLUFOR Blue Force BOIP Basis of Issue Plan BSC Battle Simulation Center BVT Battlefield Visualization Team C&A Certification and Accreditation CFR Code of Federal Regulations C/I Coach/Interactors C2PC Command and Control Personal Computer C4ISR Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance CACTF Combined Arms Collective Training Facility CATT Combined Arms Tactical Trainers CBCSE Common Battle Command Simulation Equipment CCB Configuration Control Board CCI Construction Compliance Inspections CCTT Close Combat Tactical Trainer

  • W911S0-18-D-0007

    Page 27 of 147

    CD Combat Developer CDD Capabilities Development Document CDRL Contract Data Requirement List CG Commanding General CHP Common Hardware Platform CIM Contractor Installation Manager CJCSI Chairman of the Joint Chiefs of Staff Instruction CJCSM Chairman of the Joint Chiefs of Staff Manual CLIN Contract Line Item Number CLS Contract Logistics Support CMR Contract Manpower Reporting CoE Corps of Engineers COE Contemporary Operational Environment COI Course of Instruction COMSEC Communications Security CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTS Commercial-Off-the-Shelf CPD Capability Production Document CPOF Command Post of the Future CPX Command Post Exercise CTC Combat Training Center CTIA Common Training Instrumentation Architecture DA Department of the Army DAA Designated Approving Authority DAC Department of the Army Civilian DAGIR Digital Air Ground Integration Range DCGS-A Distributed Common Ground System-Army DCSOPS Deputy Chief of Staff for Operations DCSOPS&T Deputy Chief of Staff for Operations and Training DD Department of Defense (forms only) DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DIACAP Defense Information Assurance Certification and Accreditation Process DITSCAP DoD Information Technology DMDC Defense Manpower Data Center DOD Department of Defense DoD RMF Risk Management Framework DOIM Directorate of Information Management DOTMLPF Doctrine, Organization, Training, Materiel, Logistics, Personnel, and Facilities DPTM Director of Plans, Training, and Mobilization DPTM Director of Plans, Training, and Mobilization DPTMS Director of Plans, Training, Mobilization and Security

  • W911S0-18-D-0007

    Page 28 of 147

    DPW Director of Public Works DRU Direct Reporting Unit EADSIM Extended Air Defense Simulation EOD Explosive Ordnance Disposal EOY End Of Year ERF Entity Resolution Federation ESRI Environment Services Research Institute EST 2000 Engagement Skills Trainer 2000 ETC Exportable Training Center ETC-IS Exportable Training Capability Instrumentation System ETR Explosive Training Range ETSIU Enhanced Tactical Simulation Interface FAR Federal Acquisition Regulation FASIT Future Army System of Integrated Targets FBCB2 Force XXI Battle Command Brigade and Below FCS Future Combat Systems FDD Functional Description Document FFP Firm Fixed Price FGDC Federal Geographic Data Committee FIRESIM Fire Simulation FISMA Federal Information Security Management Administration FORSCOM Forces Command FOUO For Official Use Only FYDP Future Years Defense Plan GAT Government Acceptance Tests GCCSA Global Combat Support System-Army GFD Graphic Fire Desk GFE Government-Furnished Equipment GFF Government-Furnished Facilities GFI Government-Furnished Information GFP Government-Furnished Property GFS Government-Furnished Software GFU Government-Furnished Utilities GIS Geographic Information System GOTS Government Off the Shelf GSA Government Services Administration GSC Geospatial Support Center HIPAA Health Insurance Portability and Accountability Act of 1996 HITS Homestation Instrumentation Training Systems HQDA Headquarters, Department of the Army IA Information Assurance Cybersecurity IATO Interim Authority to Operate ICD Initial Capabilities Document ICTs Information and Communication Technology ID Identification IDIQ Indefinite Delivery-Indefinite Quantity

  • W911S0-18-D-0007

    Page 29 of 147

    IGI&S Installation Geospatial Information and Services IMCOM Installation Management Command IMI Installation Management Institute INRMP Integrated Natural Resource Management Plan IOC Initial Operating Capability IPB Installation Planning Board IPBO Installation Property Book Officer IPR In-Process Review IPT Integrated Process Team IS Information Systems ISA Interservice Agreement ISEC Information Security Engineering Command ISM Independent Stimulation Module IT Information Technology ITAM Integrated Training Area Management IWAM Installation Workplan Analysis Module JCATS Joint Conflict and Tactical Simulation JCIDS Joint Capabilities Integration and Development System JFCOM Joint Forces Command JIIM Joint-Interagency-Intergovernmental-Multinational JLCCTC Joint Land Component Constructive Training Capability JMRC Joint Multinational Readiness Center JMTC Joint Multinational Training Command JNEM Joint Non-kinetic Effects Model JNTC Joint National Training Capability JRTC Joint Readiness Training Center JTEN Joint Training and Experimentation Network LAN Local Area Network LMS Learning Management System LOGFED Logistics Federation LOS Line-of-Sight LRAM Land Rehabilitation and Maintenance LT2-FTS Family of Live Training Systems LTP Leader Training Program LVC Live, Virtual, & Constructive LVC&G Live, Virtual, Constructive & Gaming LVC-IA Live, Virtual, Constructive - Integrated Architecture LVC-ITE Live, Virtual, Constructive - Integrated Training Environment M&S Modeling and Simulation MATDEV Material Developer MATS Materiel Armywide Tracking System MC Mission Command MCA Military Construction, Army MCS Maneuver Control System MCTP Mission Command Training Program MCTSD Mission Command Training Support Division

  • W911S0-18-D-0007

    Page 30 of 147

    MDEP Management Decision Package MDMP Military Decision Making Process MEDEVAC Medical Evacuation METL Mission Essential Task List MER Mission Essential Requirements MILCON Military Construction MIM Military Installation Map MIMT Military Installation Map Toolkit MIS Management Information System MRF-W Multi-Resolution Federation- WARSIM MRX Mission Rehearsal Exercise MSR Monthly Status Report MTC Mission Training Complex MTT Mobile Training Team NAC National Agency Check NACI National Agency Check With Inquiries NACLC National Agency Check with Local Agency and Credit Check NGA National Geospatial-Intelligence Agency NGB National Guard Bureau NIPRNET Non-Classified Internet Protocol Router Network NOTAM Notice to Airmen NPDES National Pollutant Discharge Elimination System NSA National Security Agency NSC National Simulation Center NTC National Training Center NWARS National Wargaming System OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs OE Operational Environment OF Objective Force OMA Operation and Maintenance, Army OSCOR On-Site Contracting Officers Representative OneSAF One Semi-Automated Forces OPA Other Procurement, Army OPFOR Opposing Force OPFOR TS Opposing Force Training Systems ORAH On Range Ammunition Handling ORE Operational Readiness Exercise OS Operating System PEO STRI Program Executive Office for Simulation, Training and Instrumentation PFTEA Post Fielding Training Effectiveness Analysis PH Probability of Hit PK Probability of Kill PM Program Manager

  • W911S0-18-D-0007

    Page 31 of 147

    PMR Program Management Review POC Point of Contact POI Program of Instruction POM Program Objective Memorandum POP Period of Performance PRIDE Planning Resources for Infrastructure Development and Evaluation PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Plan QCP Quality Control Protocol RC Reserve Component RCB Requirements Control Board RCCB Range Configuration Control Board RCMP Range Complex Master Plan RCMP-T Range Complex Master Plan - Tool RDA Research, Development, and Acquisition RDAP Range Development and Planning RDP Range Development Plan RFMSS Range Facility Management Support Systems RMTK Range Managers Toolkit ROPD Range Officer Professional Development RSC Regional Support Center RSWG Range Safety Working Group RTAM Range and Training Area Management RTLA Range and Training Land Assessment RTLP Range and Training Land Program RTM Run Time Manager RTOC Reconfigurable Tactical Operations Center SA Systems Administrator SCORM Sharable Content Object Reference Model SDSFIE Spatial Data Standard for Facilities Infrastructure and Environment SDZ Surface Danger Zone SIMPLE SIM C4I Interchange Module for Plans, Logistics, and Exercises SIPRNET Secret Internet Protocol Router Network SMC Senior Mission Commander SOP Standard Operating Procedures SOSO Stability Operations and Support Operations SRA Sustainable Range Awareness SRP Sustainable Range Program SSAA System Security Authorization Agreement STD System Training Devices STIDD Systems Training Integration and Devices Directorate

  • W911S0-18-D-0007

    Page 32 of 147

    STRAP System Training Plan STSP Soldier Training Support Program SWPPP Stormwater Pollution Prevention Plan SWT STRAP Writing Tool TACOM Tank Automotive and Armaments Command TACSIM Tactical Simulation TADSS Training Aids, Devices, Simulations, and Simulators TBUD Training Budget TCI Training Capabilities Integration TCM TRADOC Capabilities Manager TCM-R TRADOC Capabilities Manager Reconnaisance TDY Temporary Duty TE Technical Exhibit TEC Topographic Engineering Center TECOM Training and Education Command TEPS Training Events Planning System TES Tactical Engagement Systems TII Target Interface Inspections TIR Technical Information Report TIWG Testing Integration Work Group TR TRADOC Regulation TRADOC Training and Doctrine Command TRI Training Requirements Integration TS Training Support TS-MATS Training System - Materiel Armywide Tracking System TSP Training Support Package TSS Training Support System TSSR Training Support System Review USARC United States Army Reserve Command UTMS Unit Training Management System UWG Users Working Group UXO Unexploded Ordnance V&V Verification and Validation VIP Very Important Person VRSG Virtual Reality Scene Generator VV&A Verification/Validation/Accreditation WAM Workplan Analysis Model WAN Wide Area Network WARSIM Warfighters Simulation WAWF Wide Area Workflow WDZ Weapons Danger Zones WFF Warfighting Functions WIM WARSIM Intelligence Model

    PART 3. GOVERNMENT-FURNISHED PROPERTY (GFP)

  • W911S0-18-D-0007

    Page 33 of 147

    3.1 General. The Government will provide the facilities, utilities, equipment, parts, supplies, and materials not delineated as contractor furnished in the PWS described herein as GFP. GFP consists of Government-Furnished Facilities (GFF), Government-Furnished Utilities (GFU), Government-Furnished Equipment (GFE), Government-Furnished Materials (GFM), Government-Furnished Information (GFI), and Government-Furnished Software (GFS) placed in the contractor's custody. The contractor shall not use GFP for any other purpose than execution of work under this contract. GFP will be identified in individual task orders. 3.1.2 GFF. The Government will furnish or make available to the contractor facilities, areas within facilities, and utilities to perform the required services. 3.1.2.1 Facility Maintenance. The Government will provide facility maintenance and repair in accordance with installation and Directorate of Public Works (DPW) regulations, policies, and procedures. Government provided facilities and contractor operations, therein, shall be subject to periodic safety, fire, or quality inspections to insure compliance with established procedures and regulations. The contractor shall not add to or modify any Government facility without the written approval of the DPW and Contracting Officer or COR. 3.1.3 GFU. The Government will furnish utilities as currently installed in GFF. All facilities will not receive the same utility services. Types of utility services furnished include electric, gas, water, sewage, steam, fuel oil, and liquid propane gas. The contractor shall not change or modify any utility system or component without prior Government review and written approval. The contractor shall not connect any contractor furnished equipment or system without prior Government review and written approval. 3.1.4 Medical/Emergency Services. Emergency vehicles and medical personnel will be provided in an emergency, on the job situation, when a contractor employee suffers a serious or life-threatening injury. Government facilities and emergency treatment will be provided in these instances as the first point of medical care. Transfer to other than Government medical treatment facilities shall be effected as soon as possible and as determined by attending medical authorities. Based on Medical Center policies in effect, charges may be made to the employee. 3.1.5 Custodial. The Government will provide custodial services for administrative areas and restrooms within certain GFF used by the contractor. Custodial services will be provided for any office spaces on any installation. 3.1.6 Refuse Collection. The Government will provide refuse collection services at Government facilities. The contractor shall be responsible for placing refuse in Government provided waste disposal containers. 3.1.7 GFE. GFE is equipment provided to the contractor for use in performing on-site work specified in this contract (i.e. telephones, copiers, copier services). The contractor shall not use GFE for any work outside the scope of this contract unless prior authorization is received from the Contracting Officer. The contractor is responsible for reporting all Government property accountable to this contract, including that property at subcontractor and alternate locations. The contractor shall provide an annual GFE report. Government-furnished equipment will be detailed in individual task orders.

  • W911S0-18-D-0007

    Page 34 of 147

    3.1.8 Telephones. Telephone services and instruments shall be provided by the Government. Specific post installation services shall be coordinated by the contractor. Coordination with the installation shall occur prior to service implementation. Personal identification numbers (PIN) used for making long distance commercial calls shall be kept to a minimum and coordinated with the Government. 3.1.8.1 The Government will install, maintain, repair, and remove, as necessary, all Government-furnished telephones, telephone instruments, and telephone distribution systems. Contractor personnel shall not relocate Government-furnished telephone communications equipment nor tamper in any way with the telephone distribution system. Whenever changes to communication services are required, to include changing locations of extensions and adding and deleting phone lines, the contractor shall prepare and submit DA Form 3938 Local Service Request to the Contracting Officer for approval or disapproval. The contractor shall obtain prior Government review and written approval before connecting or disconnecting any contractor furnished equipment to Government-furnished communications systems, lines, or equipment. The contractor shall not use the Government-furnished communication services for any action not directly associated with the requirements of this contract. 3.1.9 GFM. GFM includes supplies, parts, subassemblies, raw materials, and other components and end items used to accomplish work or services described in this contract. Specific materials will be identified in individual task orders. 3.1.10 GFI. The contractor will be provided with information equivalent to that used by Government personnel. GFI will be identified in individual task orders. 3.1.11 GFS. The contractor will be provided with software equivalent to that used by Government personnel. GFS will be identified in individual task orders.

    PART 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES

    4.1 General. The contractor shall furnish all supplies, equipment, facilities, and services required to perform work under this contract that are not listed under Section 3 – Government-Furnished Property. The contractor shall become responsible for GFP when the Government transfers responsibility of the GFP to the contractor by means of a transfer document. Prior to assuming responsibility for GFP, the contractor shall appoint, in writing to the Installation Property Book Officer (IPBO), an individual who shall serve as the primary hand receipt holder for all GFP. 4.2 Property Control System Plan. Within ten (10) business days of the contract start date, the contractor shall provide a Property Control System Plan to the Contracting Officer. The contractor shall ensure that the Property Control System Plan addresses the requirements of this contract and is consistent with FAR 52.245-1 - Government Property. The contractor shall update the plan annually or as required based on changes to property regulations and requirements. 4.3 Property Administration. The contractor shall perform Property Administration in accordance with FAR 45 – Government Property and Army installation property regulations. The contractor shall prepare and submit an annual report, DD Form 1662 - DoD Property in the Custody of

  • W911S0-18-D-0007

    Page 35 of 147

    Contractors. The contractor shall not remove GFP from installation or other supported areas without written approval from the Contracting Officer. 4.4 Inventory Management. The contractor shall attend a Phase-in GFP transfer and inventory meeting as required in individual task orders. The Government will schedule meetings prior to task order start. Prior to the performance start date, the contractor shall conduct a one-hundred (100) percent joint inventory in accordance with AR 71-32 - Force Development and Documentation, AR 710-2 – Inventory Management, DA Pam 710-2-1 – Using Supply System (Manual Procedures) and AR 735-5 - Policies and Procedures for Property Accountability. The Government and the contractor shall certify the joint inventory as accurate. The contractor shall update the inventory listing every thirty (30) days to ensure the list is current. At the time of the inventory, all GFP shall be jointly inspected. The contractor shall record any property not serviceable. IUID clause shall be concurred with. 4.5 Contract Expiration and Termination Inventory Procedures. The contractor shall attend a phase-out GFP transfer and inventory meeting with the Contracting Officer, COR, or OSCOR as required in individual task orders. The Government will schedule the meeting prior to contract completion or termination date as designated by each individual task order. Prior to expiration or termination of the affected task orders, final inventory of all GFP shall be conducted and jointly inspected by the contractor and observed by the Government. The contractor shall prepare, certify, and submit a detailed final inventory report jointly approved by the Government and the contractor. The inventory shall include the same data as required for the initial inventory. 4.6 Materials. Contractor furnished materials shall be stipulated in individual task orders if required. 4.7 Equipment. Contractor furnished equipment shall be stipulated in individual task orders if required. 4.8 Reserved. 4.9 Segregation of Property. Government property shall be segregated and kept physically separate from contractor-owned property. 4.10 Removal of Contractor Property. Within thirty (30) calendar days after completion or termination of this contract, the contractor shall remove all contractor property from the installation(s). The Government will not be responsible for any contractor-owned property left after contract completion or termination. If the contractor does not remove said property from the installation(s) within the stated time, the Government will take possession of or dispose of the property.

    4.11 The contractor shall develop, provide, and update TSS-E training products consisting of courseware, publications, and other products that are the outputs of the training development process. This includes multimedia course materials, distributed learning and self-development courses and lessons, mission training plans, videos, and other training material as identified by the Government. Specific products will be identified in individual task orders.

  • W911S0-18-D-0007

    Page 36 of 147

    4.11.1 The contractor shall maintain, update, and assist in the development of TSS-E and related Army training publications. PART 5. SPECIFIC TASKS. Each task listed shall be performed in accordance with applicable publication(s) listed in Section 6 of the PWS as the performance standard. 5.1 Sustainable Range Program (SRP). The SRP is the Army’s overall approach for improving the design, management, usage, and long-term sustainability of ranges. AR 350-52, Army Training Support System, and AR 350-19, the Sustainable Range Program, defines the SRP’s two core programs: (1) the Range Program and (2) the Training Land Program. The Range Program includes range modernization and range operations. The Training Land Program focuses on land management and maintenance through the integrated training area management (ITAM) process, training land acquisition, and SRP Outreach, which provides support to both SRP core programs. ITAM provides a Geographic Information System capability to support range modernization, range operations, and ITAM needs. GIS support task descriptions for Lot 2 will be identified in individual task orders. 5.1.1 SRP Support. The SRP Lead Agent, Army Training Support Center (ATSC) Live Training Directorate, TRADOC Capability Manager-Ranges (TCM-Ranges), Joint Base Langley-Eustis (JBLE), VA supports HQDA by developing program requirements, guidance, procedures, standards, tools, training, resources, and technical support. This support is provided in a dynamic environment of changing Federal budget priorities, Army strategies and doctrine, readiness and deployment postures, Federal laws and regulations, DoD and Army policies and standards, and Army TSS priorities. The Contractor shall provide SRP support that is responsive to this dynamic environment, and ensures tasks are completed in a manner and schedule that meets live training goals. 5.1.2 SRP Planning. SRP planning is facilitated by and documented in Range Complex Master Plan (RCMP), and establishes and documents links between installation training needs to program goals, objectives, and program work plans. The RCMP establishes installation priorities, coordinates actions and approvals, tracks execution, and reports results. The contractor shall assist the Range Office in determining mission commander training needs, and documenting these as goals within the RCMP. The contractor shall evaluate and document conditions that currently impact or are likely to impact