performance work statement for air force … · 10/1/2015 · publication 3- 09.3, j-fire, afi...
TRANSCRIPT
1
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
PERFORMANCE WORK STATEMENT
FOR
AIR FORCE SPECIAL OPERATIONS COMMAND
COMBINED (LIVE/DRY)
CONTRACTED CLOSE AIR SUPPORT (CCAS)
29 September 2015
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
2
TABLE OF CONTENTS
Section Paragraph Page
1. Description of Services ........................................................................................................... 3
1.1. General Task Description ..............................................................................................3
1.2. Specific Task Description .............................................................................................3
1.3. Specific Requirements ...................................................................................................... 3
1.3.1. Operating Instructions ....................................................................................... 3
1.3.2. Operation of Aircraft ......................................................................................3
1.3.3. Equipment Requirements ...............................................................................5
1.3.4. Personnel ........................................................................................................6
1.3.5. Mission Planning and Operations ..................................................................... 9
1.4. Specific Functions ............................................................................................................. 9
1.5. Deliverables ..................................................................................................................... 10
2. Service Delivery Summary (SDS) ........................................................................................ 12
3. Government Furnished Property and Services ......................................................................... 13
3.1. Government will provide ............................................................................................13
3.2. Contractor Access to Government Installations ............................................................. 13
3.3. Use of Government Property .......................................................................................16
3.4. Government Property Furnished “As Is” ....................................................................... 16 3.5. Common Access Cards (CACs) for Contractor Personnel ..........................................17
4. General Information .................................................................................................................. 18
4.1. Period of Performance/Place of Performance ..............................................................17
4.2. Contractor Personnel ....................................................................................................... 17
4.3. Administrative Considerations........................................................................................ 19
4.4. Environmental and Hazardous Materials Handling .....................................................19
4.5. Quality Assurance .......................................................................................................20
4.6. Government Performance of Services during Labor Strikes ......................................... 20
4.7. Safety ..........................................................................................................................20
4.8. Data .............................................................................................................................21
4.9. Travel ..........................................................................................................................21
4.10. Security Instructions..................................................................................................22
4.11. Metrics ......................................................................................................................22
4.12. Revisions ...................................................................................................................22
4.13. Affirmative Procurement ...........................................................................................22
4.14. Conservation of Utilities ...........................................................................................22
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
3
SECTION 1 – DESCRIPTION OF SERVICES
1.1. General Task Description. The 24 Special Operations Wing (SOW) requires 1 0 0 0 hours
combined live and dry (550 live/450 dry) Contracted Close Air Support (CCAS) flight sorties to
support Headquarters Air Force Special Operations Command (HQ AFSOC) a n d S p e c i a l
O p e r a t i o n s T e r m i n a l A t t a c k C o n t r o l l e r C o u r s e ( S O T A C C ) Joint Terminal
Attack Controller (JTAC) initial/mission qualification, and currency training.
1.2. Specific Task Description. The contractor shall support the 24 SOW with CAS sorties in
order to facilitate JTAC mission qualification and currency. All aircraft support will be conducted
within the continental United States (CONUS) (see Annex 1 for potential training locations).
Training will consist of operating and maintaining performance of tactically-relevant aircraft for
air-to-ground tracking, targeting, and CAS operations, to include associated equipment systems
that interface with various platforms and ground force personnel. In addition, the contractor
shall provide aircraft including, but not limited, to the Alpha jet, A-4, L-39, L-59, BAC-167,
MB-339, L-159E aircraft, or equivalent for use on this task. CAS sorties will simulate
permissive and non-permissive Type 1, Type 2, and Type 3 controls to include day and night dry
operations, IAW AP JCAS MOA Joint Terminal Attack Controller (JTAC) (Ground). Dry CAS
would simulate multiple delivery profiles to include low and high angle strafe, level, loft, pop-up,
and dive deliveries. Live CAS will execute multiple delivery profiles to include high and low angle
strafe with minimum 7.62mm up to 30mm guns , level, loft, pop-up, and dive in delivery of BDU-
33’s or Mk-76’s. Contractor must provide proof of purchase of the above stated
ordnance. During mission accomplishment, contractor will simulate armed escort, armed
reconnaissance, and non-traditional intelligence, surveillance, and reconnaissance as briefed
and required to support training. When coordinated, the contractor will provide face-to-face
mission debriefs to the JTAC instructors and trainees, focusing on Joint Publication 3-09.3,
Joint Tactics, Techniques, and Procedures for Close Air Support (CAS), and Special Instructions
for training. The contractor shall provide all aircraft, aircrews, w e a p o n s and maintenance
personnel to support CAS sorties flown. (CDRL A001, A002)
1.3. Specific Requirements.
1.3.1. Operating Instructions.
1.3.1.1. Comply with the CAS tactics, techniques, and procedures outlined in Joint
Publication 3- 09.3, J-Fire, AFI 11-214, and AFTTP 3-3 JTAC and JCAS AP MOA 2003-01
and any local range procedures.
1.3.2. Operation of Aircraft.
1.3.2.1. The aircraft will fly in a single or two-ship formation, and will be available
for a minimum on station time of 90-minute sessions in support of HQ AFSOC and 120-minute
sessions in support of SOTACC. The aircraft performance capabilities required are indicated
below:
1.3.2.1.1 Be capable of attack speeds of 350 KIAS and be able to perform maximum +7G and -
3G turns. Aircraft shall have the capability to reach an elevation of 25,000 MSL.
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
4
1.3.2.1.2. Maintain loiter time of no less than 90 minutes on station, 50 NM from base. When
available, external tanks may be used to achieve time on station and number of run-ins, provided
that speed/turn and mission store requirements are maintained.
1.3.2.1.3. Shall have the capability to perform tactical maneuvering to achieve 45 degree
deliveries for simulated ordnance release.
1.3.2.1.4. Aircraft shall have a range of 500 NM with Instrument Flight Rules (IFR) fuel
reserves at zero wind un-refueled in ferry configuration.
1.3.2.1.5. All systems must be installed and maintained in accordance with the aircraft,
airframe, engine and avionics as per manufacturer’s specifications or better. Contractor shall
maintain a l l a p p l i c a b l e original equipment manufacturer (OEM) technical orders, FAA
Airworthiness Directives (AD’s), and any FAA DER or DAR documentation on the aircraft.
1.3.2.1.6. A Government Flight Representative (GFR) and Ground Government Flight
Representative (GGFR) and/or their designated representative will perform a quarterly inspection
of aircraft operations, flight crew certification/currency and qualifications and aircraft
maintenance procedures. This inspection will commence within three months after award of
contract and will be under the general guidelines of the procedures contained in the DCMA Tri-
Service Instruction 8210 series entitled “Contractor’s Flight and Ground Operations” in effect on
the date of contract award. This will be applicable to the primary contractor and any sub-
contractors.
1.3.2.1.7. Definitions contained in 14 CFR Part 1 apply to all situations and conditions related
to flight operations, aircraft maintenance, and flight crew certifications and qualifications, except
as noted or defined otherwise herein.
1.3.2.1.8. Aircraft shall carry a valid FAA airworthiness certificate for Non-public use
activities that are similar to the mission required to be performed under this PWS for the duration
of the contract. Airworthiness certifications must be conducted by a third party at the
contractor’s cost. All pilots and crew shall be FAA certified and a copy of this certification
shall be kept with the personnel listing in the COR file and updated as necessary (SEE DoDD 5030.61, Jun 25, 2015).
1.3.2.1.9. Installation and infrastructure modifications and flight approvals to carry any
external stores must be FAA Supplemental Type Certificates (STC) or OEM or Designated
Engineering Representative (DER)/ Designated Air Representative (DAR) airworthiness
certified. The contractor shall provide applicable FAA-STC or DER or DAR or OEM approval
airworthiness certification for aircraft to the COR/CO. (CDRL A008)
1.3.2.1.10. All aircraft shall be operated in accordance with applicable Government aeronautical
regulations, including U.S. Navy (USN), United States Air Force (USAF), United States Marine
Corps (USMC) and local military flying directives, as applicable. The contractor shall comply
with DoD requirements for operation of civil aircraft in support of military operations. Submit
DD Form 2400-Civil Aircraft Certificate of Insurance; DD Form 2401-Civil Aircraft Landing
Permit; and DD Form 2402-Civil Aircraft Hold Harmless Agreement through all three service
POC’s identified on the DD Form 2400 at time of contract award. These agreements and any other
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
5
that may be specified must be kept current during the entire period of operations under the
contract.
1.3.2.1.11. Aircraft approved under this contract are considered transient military aircraft and are
not subject to landing fees at DoD controlled airfields.
1.3.3. Equipment Requirements:
1.3.3.1. Be equipped with communications and navigation capability as required by the FAA and
International Civil Aviation Organization (ICAO for operations in Instrument Meteorological
Conditions (IMC) and under Instrument Flight Rules (IFR). Area navigation approved for IFR
RNAV enroute and approaches is highly desired to enable AFSOC units to train at remote fields
which may only be serviced by RNAV approaches. The contractor shall be solely responsible to
provide such equipment.
1.3.3.2. Maintain a complete set of wiring and schematic diagrams covering all equipment
installed onboard the aircraft. This information will be available at the home base and at
permanent operating sites and available for Government inspection. The Government shall
consider specific installation designs and concepts as contractor proprietary and shall not be
provided to other contractors. (CDRL A006)
1.3.3.3. All installation, internal wiring, and umbilical wiring to external stores on the aircraft are
the contractor’s responsibility. Costs to modify contractor aircraft are not an allowable expense
under this agreement.
1.3.3.4. The aircraft must be capable of recording all inter/intra flight communications via an in-
flight recording system comparable to those used in mil-spec aircraft (ex. F-15E, F-16, F-18, A-
10, and AV-8). These recordings must be easily digitally transferred to an audio/video playback
system for the primary use of mission debriefs. The playback of recorded audio for the purpose of
debriefing is the responsibility of the contractor. The recording of video for the same
aforementioned benefits is highly desired but not required.
1.3.3.5. Each aircraft sortie shall provide Full Motion Video (FMV) and FMV Line of Sight
(LOS) downlink Geo-located FMV (slew your sensor to coordinates) and IR pointer. The sortie
should also have a POD with the ability to Laser Spot Track and generate coordinates.
1.3.3.6. Type of FAA approved Navigation System such as a Tactical Air Navigation
(TACAN); Very High Frequency Omni- Directional Range (VOR); Global Positioning
Systems (GPS), etc. A GPS must be available for operations in remote areas where other
navigational aids are not available as required.
1.3.3.7. At least two Very High Frequency/ Ultra High Frequency (VHF/UHF) radios in each
aircraft. Communication capability that supports Digitally Aided CAS is required. Variable
Message Format (VMF) protocol is also required (BAO, BDAT, APASS, ATAK).
1.3.3.8. Air-to-Air Tactical Air Navigation (TACAN) – desired, not required.
1.3.3.9. The contractor shall ensure that the local base fire department receives an indoctrination
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
6
of the contractor’s type aircraft supporting the operation. The COR shall be notified of
indoctrination and provided with a copy of the supporting documentation and annotation of
training.
1.3.3.10. Live Strafe: Contractor must have the ability to provide Live Strafe with 7.62mm or larger
on day 1 of this contract. Contractor must discuss their strafe capability in detail and provide their
statistical Circular Error Average (CEA) to include how it was calculated.
1.3.3.11. Contain a minimum of two (four desired) operational (properly wired) pylons that enable
the carriage of Bomb Release Unit (BRU) BRU-41A Improved Multiple Ejector Racks (IMERs),
Modular Advanced Lightweight Training System (MALTS), Triple Ejector Rack (TER), SUU-20s
or BRUs (MERs) of similar capability that are approved by the Government for use by the
contractor.
1.3.3.12. DACAS: Contractor must be able to execute Digitally Aided CAS on day 1 of this
contract. VMF protocol is the military standard (BAO, BDAT, APASS, ATAK) and is therefore a
required capability. Contractor will discuss their DACAS capability in detail.
1.3.4. Personnel.
1.3.4.1. 24 SOW responsibilities:
1.3.4.1.1. 24 SOW shall assign primary/alternate Contract Officers Representatives (COR)/
s c h e d u l e r /Quality Assurance Personnel (QAP) per operating location assigned by the 24
SOW, Hurlburt Field, FL. See RFP Annex 1 – Operating Locations.
1.3.4.1.2. 24 SOW COR/QAP shall maintain close liaison with program manager in matters
regarding contractor’s assets.
1.3.4.1.3. 24 SOW COR/QAP shall provide contractor flight crews with comprehensive
mission information. This shall include all mission particulars in the initial scheduling process
provided by the unit receiving services, in addition to voice call information provided by the
program manager.
1.3.4.2. Contractor responsibilities:
1.3.4.2.1. The contractor shall serve as the single point of contact for all CAS coordination and
flight operations. The contractor shall provide a single point of contact (POC) for all contract
coordination with the program managers at the 2 4 S O W , 720th Operations Support
Squadron (OSS), 23rd Special T a c t i c s Squadron (STS), Hurlburt Field, FL, 17th S T S ,
Ft. Benning, GA, 21st
STS, Pope AFB, NC, and the 22nd STS, McChord AFB, WA. The
contractor representative will coordinate all activities with the 24 SOW scheduler.
1.3.4.2.2. Provide scheduling support consistent with each squadron’s scheduling requirements
and designate a point of contact accessible after duty hours to the program managers/schedulers.
24 hours a day, seven days a week at permanent operating and deployment sites. The contractor
shall designate a point of contact (company dispatcher, duty officer) for rapid response after duty
hours. The POC listing shall be kept on file with the personnel listing and updated as necessary.
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
7
1.3.4.2.3. Become familiar with applicable Special Instructions (SPINS) for training and in turn
ensure that the contractor flight crews are knowledgeable with these products and other required
regional operational instructions.
1.3.4.2.4. Become knowledgeable and comply with each range regulation and procedures for all
operating locations.
1.3.4.2.5. The Pilot in Command (PIC) has the final authority to determine whether an aircraft is
airworthy and whether to launch or terminate a mission.
1.3.4.2.6. All crew members shall be knowledgeable and comply with mission responsibilities,
contract requirements, brevity code words, range regulations, SPINS, all applicable Air Force,
SOCOM, and AFSOC training rules and current FAA Handbook 7610 series (most current
suffix).
1.3.4.2.7. Individual maintenance personnel shall possess specialized technical expertise required
to support the contractor’s Fleet. All shall be trained to accomplish tasks such as aircraft
munitions loading, towing, refueling/defueling, recovery, and aircraft deicing, etc., using
contractor-developed checklists. Where applicable, these individuals shall be Government-
certified before performing such operations on military airfield and possess appropriate licenses, if
applicable.
1.3.4.2.8. All contractor personnel who deal with any classified materials are required a SECRET
security clearance. All contractor aircrews and any other personnel who, in the conduct of their
normal work would be aboard the aircraft during a classified mission, including EA technicians,
are required to have Secret security clearance.
1.3.4.2.9. All contractor personnel shall comply with local policy and regulations while on any
military installation. Contractor employees shall be readily identifiable as contract employees
through appropriate attire and badges while performing services under this contract. All
contractor personnel working on U.S. installations will be U.S. citizens. All personnel must be
qualified and have current certifications/licenses for the duties they are assigned to perform
before assuming their duties, or the duties of the person they are to replace. A copy of this
information shall be kept current and any changes made, the contractor shall notify the PM and
PCO. (CDRL A004)
1.3.4.2.10. The contractor shall provide qualified, medically, and psychologically fit personnel
consistent with the intended mission, duration and projected area of operation. All personnel
must be fluent in English. The contractor shall not employ persons for work on this contract if
such employee is identified to the contractor by the Contracting Officer as a potential threat to
the health, safety, security, general well-being, or operational mission of the installation and its
population. Where reading, understanding, and discussing safety, security, mission, and
environmental issues are an integral part of a contract employee’s duties, that employee must be
able to understand, read, write, and speak English.
1.3.4.2.11. The contractor shall establish and enforce appropriate behavior, conduct, dress and
grooming standard for personnel and ensure the appearance, dress and behavior of contractor
personnel is appropriate.
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
8
1.3.4.2.12. Contractors shall provide a Concept of Operations (CONOPs) for mission originating
from their base airfield to the training range and return to base. CONOPs will include detailed
information on the following and a copy shall be kept in the COR file.
1.3.4.2.13. Standard Operations
1.3.4.2.14. Objectives
1.3.4.2.15. Scope
1.3.4.2.16. Aircraft/Equipment
1.3.4.2.17. Airfield/Range Operations and Regulations
1.3.4.2.18. Target Area Tactics
1.3.4.2.19. Ground Crew Training and Certification
1.3.4.2.20. Pilot Training and Certification
1.3.4.2.21. Pilot Syllabus
1.3.4.2.22. Ground Crew Syllabus
1.3.4.2.23. Risk Management (RM)
1.3.4.2.24. Aircraft Capabilities
1.3.4.2.25. Abnormal Operations
1.3.4.2.26. Things Falling Off Aircraft (TFOA)
1.3.4.2.27. Aircraft In-Flight Emergency
1.3.4.2.28. Aircraft Ground Emergency
1.3.4.2.29. Public Affairs Event
1.3.4.2.30. Aircraft Divert
1.3.4.2.31. Risk Mitigation
1.3.4.2.32. Roadmap to Employment/Execution of Contract
1.3.4.2.33. Contractor Issue Items
1.3.4.3. Pilot. Minimum Standards Required:
1.3.4.3.1. FAA Letter of Authorization (LOA) in proposed aircraft
1.3.4.3.2. Current FAA Class II medical rating performed at the contractor’s expense
1.3.4.3.3. FAA commercial pilot license
1.3.4.3.4. FAA instrument rating
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
9
1.3.4.3.5. 1500 tactical, fixed wing flight hours in a USN, USMC, or USAF f igh ter / attack
jet aircraft which performs the Close Air Support (CAS) mission
1.3.4.3.6. 15 flight hours in the aircraft support the contract
1.3.4.3.7. Pilot shall have FAC-A experience and be a Subject Matter Expert (SME) on the CAS
regulations and TTPs listed in para. 1.3.1.1. Contractor will describe it in detail what justifies their
pilot core expertise and what justifies them as CAS SME’s.
1.3.4.3.8. Have a current security clearance to the level for the mission performed up to the
Secret level
1.3.4.4. Pilot Currency:
1.3.4.4.1. Within 15 days of contract award, the contractor shall submit a copy of their Standard
Operating Procedures (SOP), to include basic operational procedures, as well as Pilot
qualifications and currency requirements to the 24 SOW COR. The COR, with AFSOC/A3TG
concurrence, is the approving authority for SOP and Pilot currency issues. Pilots shall comply
with the Tactical SOP of the unit which they are supporting. (CDRL A005)
1.3.5. Mission Planning and Operations:
1.3.5.1. Air Force Special Operations Command (AFSOC) is the overall CAS Program Manager.
Depending on the mission and the customer, AFSOC/24 SOW will designate scheduling offices
to execute administrative tasks such as mission scheduling and coordination, travel order issuance
and liquidation, and invoice certification.
1.3.5.2. Mission planning and scheduling occurs at three levels:
1.3.5.2.1. Long Range. Long-range planning covering a six month period, originating from the
contract implementation date, and every six month increment thereafter, is conducted at semi-
annual program reviews. A rolling, six month schedule is provided to the contractor by the 720th
OSS JTAC program manager.
1.3.5.2.2. Weekly Schedule. The 720th STG Scheduler shall publish a weekly schedule
providing the units to be supported, date, approximate time, scheduled airspace and number of
missions and controls required to the contractor. The weekly schedule is updated as required in
conjunction with the DoD scheduling procedures at the designated range scheduling office.
1.3.5.2.2.1. Once this weekly schedule is published, the Government shall give the contractor 72
hours advance notice before assigning any additional tasking for aircraft. Additional tasking is
defined as a new requirement, not previously scheduled during the scheduling period.
1.3.5.3. The Government may or may not order flight services on any given day.
1.3.5.4. Flight operations may be scheduled and conducted at any time, 24 hours a day, and
seven days a week. The weekly schedule will identify when operations are required outside of
this period or are of longer duration than 9 hours per day.
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
10
1.3.5.5. The Government will NOT pay for any flight or any other action that the 24 SOW
COR/QAP did not schedule prior to the flight or action.
1.3.5.6. In the event of a short notice mission cancellation due to weather, the Government will
be liable, not exceeding two (2) days, for the day of and the day after the scheduled mission
cancellation. The mission cancellation days will be considered weather days with Government
reimbursement not to exceed two (2) days. No further compensation provided for any scheduled
days continuing past the two (2) days after the scheduled mission cancellation.
1.4. Specific Functions:
1.4.1. The contractor shall perform field investigations of equipment failures to isolate the
causative defect and recommend to the Government possible corrective actions. The contractor
shall analyze system performance through an assessment of data generated during operation,
maintenance, testing, etc. The types of data to be analyzed by the contractor may include test
data, system performance data, maintenance data, and mishap reports. These analyses may
include the techniques of Reliability Centered Maintenance evaluations, Interoperability
Assessments, and Systems Lifetime Extension Analyses.
1.4.1.1. Program reviews shall be held semi-annually at the 24 SOW, Hurlburt Field,
Florida, at the contractor’s facility, telephonically, by video teleconference, or as directed by the
COR. The contractor must attend all program reviews and make a presentation consisting of
the following:
1.4.1.2. Overview of work accomplished to date or since last review and projected plan of
action for completion of contract effort. Provide hand-out material documenting presentations.
1.4.1.3. Identification and discussion of problems encountered, if any, and action taken to resolve
problems.
1.4.1.4. Identification and discussion of problems anticipated and contractor’s plan of
action to resolve problems.
1.4.1.5. In special cases, additional program reviews may be held covering a portion of
the activity when directed by the COR. PMRs, when required, will be conducted by VTC to
the maximum extent practicable. If and when a TDY is required, the contractor will be allowed
travel expenses authorized by a pre-approved LOI.
1.5. Deliverables. The contractor shall provide the following:
The total schedule for this contract is estimated at 12 months with (3) each twelve month
options.
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
11
CDRL
Title
Date of First
Submission
As of Date
Date of
Subsequent
Submissions
Distribution
Copies
A001 Monthly Status
Report
NLT 30 days after
contract award
Monthly by
the 10th
Monthly by the 10th
COR/CO
1 each
A002
Trip Reports
NLT the tenth
(10th) workday
after trip
completion
Last day of
trip
NLT the tenth (10th)
workday
after trip
completion
COR/CO
1 each
A003
Quality Control
Plan
Full Plan - 60
days after
award
Full Plan - 60
days after
award
Within three
(3) days of
changes
COR/CO
1 each
A004
Personnel Listing
and Qualifications
15 days prior to
contract start
As required
Within 7
days of any
changes in
personnel
COR
1 each
A005
Standard Operating
Procedures
15 days after award
As required
Upon any
changes and at
least 15 days
before the next
period of
performance
COR
1 each
A006 Schematic Block Diagrams
15 days after award As required Within 5 days
of any changes
COR 1 each
A007 Accident/Incident
Report
Within 24 hours As required Within 24 hours COR/CO 1 each
A008 Air Worthiness
Specification
15 days prior to
contract start As required As required COR/CO 1 each
1.5.1 The monthly status report will be on contractor letterhead and will include
cumulative price/cost information by CLIN per location in addition to reporting period.
Include status of funds expended/remaining. Include information relating to risk assessment
and the required information to support compliance of Federal Acquisition Regulation (FAR)
52.219-14, Limitations on Subcontracting. If meetings were attended, include a list of
attendees. This report shall include a “Snap Shot” of monthly performance measures as
identified in PWS Paragraph 1.2 and Section 2 Service Delivery Summary. This report is due
monthly by the tenth (10th) of each month. (CDRL A001)
1.5.2 Trip reports will be on contractor letterhead. It will include details of the trip to
include location, purpose and all other pertinent information. If meetings were attended,
include a list of attendees. The trip report will be due 10 days after completion of trips. (CDRL
A002)
1.5.3. The Quality Control Plan initial submission is due 60 days after award. All submissions
will be on contractor letterhead and shall identify how contractor management will monitor
performance to assure quality service is provided to the government in accomplishing all
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
12
contract requirements performance results of this plan will be reflected in the monthly status.
(CDRL A003)
1.5.4. The contractor shall submit a personnel listing and qualification overview, appropriate
resumes and certifications 15 calendar days prior to the contract start and within 7 days of any
future personnel changes, i.e. resignations, etc. This will be due as required. (CDRL A004)
1.5.5. Procedures shall be provided 15 days after the date of award. The appointed GFR will
review and approve the contractors procedures along with applicable award, Defense Federal
Acquisition Regulation Supplement (DFARS) and DCMA Instruction 8210.1, AFI 10-220, AR
95.20 NAVAIRINST 3710.1G, COMDTINST M13020. S t andard Oper a t in g Procedures
will be submitted 15 days after the date of award on contractor letterhead. It will include
procedures from DCMA Instruction 8210.1 as o u t l i n e d a n d a p p l i c a b l e . Subsequent
submission is due upon any changes and at least 15 days before the next period of
performance begins. (CDRL A005)
SECTION 2 – SERVICE DELIVERY SUMMARY (SDS)
The service requirements for this contract are summarized into performance outcomes that relate
directly to mission essential items. The performance thresholds describe the minimum acceptable
levels of service. These thresholds are critical to mission success and acceptable (satisfactory)
performance.
SDS Performance Objectives PWS Para Performance Threshold To Receive
Satisfactory Rating
T1
Contractor performance met
specifications of the contract
Identified in
PWS Para 1.3, 1.3.1, 1.3.2,
1.3.3, 1.3.4, 1.3.5
Contractor met requirements in the
PWS 95% of the time and received no
more than two (2) written customer
complaints/unsat COR inspections per
year concerning contractor deficiencies
relating to the contract requirements.
Identified deficiencies were
successfully corrected within ten (10)
workdays of notification
T2
Complied with all Security
Requirements
PWS Para
3.2.4, 3.2.5,
3.2.6, 3.2.7,
3.5.1.1.2,
3.5.1.2.1.1,
4.10
Appropriate employee clearance is
submitted to 24 SOW COR prior to
performance start date. Zero security
violations were identified during
contract performance
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
13
T3
Contract employee(s) wore
contractor identification badge
while in Government facilities or
when representing the
Government while performing
duties of the contract outside
Government facilities
PWS Para
3.2.3 , 4.2.2,
4.2.3
100% compliance
T4
Contractor met required delivery
schedule. This element applies to
contract performance including
timely, accurate and
administratively correct
submission of all deliverables
identified in the contract
PWS Para 1.5.
Contractor met delivery schedule in the
PWS 95% of the time and no more
than two (2) rejections occurred due to
deficiencies. If deficiencies occurred
they were successfully corrected within
three (3) workdays of notification
2.1. Failure to maintain any monthly or quarterly contract standards (directly impacted by the
contractor) listed in Section 2 shall require the contractor to provide a written explanation to the
2 4 S O W COR and PCO. The contractor’s response to the 2 4 S O W COR shall explain
the specific reason(s) or root cause(s) for not attaining identified standards. The Aviation
subcontractor shall also include actions taken to prevent recurrence. Corrective actions shall
not task the Government in any way and shall not be used as a basis to justify future
noncompliance with standards/requirements. Government Quality Assurance Personnel may issue
a Corrective Action Report.
SECTION 3 – GOVERNMENT FURNISHED PROPERTY AND SERVICES
3.1. The Government will provide, if available:
3.1.1. Frequency utilization. The 24 SOW will provide local frequencies for use by the
contractor in sovereign U.S. territory only.
3.1.2. Access/copies of all pertinent range regulations/SPINS, Standard Operating Procedures
(SOPs) and publications.
3.1.3. The Government, at its convenience, may elect to provide any equipment it sees fit to
enhance its own training. Contractor should not expect or plan for any Government furnished
property and services to meet the requirements of this contract.
3.2. Contactor access to Government installations:
3.2.1. The 24 SOW will arrange for access to all necessary military installations.
3.2.2. Contractor personnel shall comply with all installation and facility safety and security
regulations, as well as, the health, safety, and security provisions of the contract. Contractor
personnel shall report security or safety problems to the Contracting Officer and/or Security Police
as appropriate.
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
14
3.2.3. Contractor personnel are required to wear or prominently display installation identification
badges or contractor-furnished, contractor identification badges while visiting or performing
work on the installation.
3.2.4. The Contractor shall obtain a Visitor/Vehicle Pass (AF Form 75), pass and identification,
for personnel employed at each installation as required until a Common Access Card has been
issued.
3.2.5. The Contractor and employees shall comply with all security requirements of AFI 31-101,
Chapter 22, at all times while on the installation. Contractor personnel shall not enter
restricted/controlled areas and/or base facilities unless specifically authorized in performance of
their duties. Contractor personnel involved in civil crimes and/or other incidents of misconduct
shall be refused entry to the installation.
3.2.6. The Contractor is responsible for ensuring the Visitor/Vehicle Pass is returned within three
days of employee termination or contract completion. The Contractor shall return the
Visitor/Vehicle Pass to the Security Forces Squadron or Pass and ID. The Contractor is
responsible to ensure the above items are returned for Contractor employees as well as those of
any subcontractors. The loss of any of the items listed above shall be reported to the appropriate
agency immediately.
3.2.7. The Contractor will be required to provide a Contractor Pass letter to the 2 4 S O W
COR identifying contractor employees requiring a Common Access Card/Base Pass (Template
will be provided). Once signed by the CA, the employee will work with the 2 4 S OW COR
and the unit Trusted Agent to get the required CAC from the Military Personnel Flight.
3.2.8. When work under this contract requires unescorted entry to controlled or restricted areas,
the contractor shall be familiar and comply with AFI 31-101, Volume 1, The Air Force
Installation Security Program, AFI 31-501, Personnel Security Program Management, and host
base directives, as applicable.
3.2.9. Upon completion or termination of the contract or expiration of the identification passes,
the prime contractor shall ensure that all base identification passes issued to employees and
subcontractor employees are returned to the issuing office.
3.2.10. Failure to comply with these requirements may result in withholding of final payment.
3.2.11. Base support shall be provided by the Government to the Contractor in accordance with
the base support clause. Failure by the Contractor to comply with the requirements of this clause
shall release the Government, without prejudice, from its obligation to provide base support by
the date(s) required. If warranted, and if the Contractor has complied with the requirements of
this clause, an equitable adjustment shall be made if the Government fails to provide base
support by the date(s) required. Base support includes Government-controlled working space,
material, equipment services (including automatic data processing), or other support (excluding
use of the Defense Switched Network (DSN)) which the Government determines can be
made available at, or through, any military installation where this contract shall be performed.
All Government property in the possession of the Contractor, provided through the base support
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
15
clause, shall be used and managed in accordance with the Government Property clauses.
3.2.12. The military installation(s) providing the support shall be located within a 125 miles
radius of the training range being utilized.
3.2.13. The contractor agrees to immediately report (with a copy to the cognizant CAO)
inadequacies, defective Government-Furnished Property (GFP), or non-availability of support
stipulated by the contract schedule, together with a recommended plan for obtaining the required
support. The Government agrees to determine (within 10 workdays) the validity and extent of the
involved requirement and the method by which it shall be fulfilled (e.g., purchase, rental, lease,
GFP, etc.). Facilities shall not purchase, or otherwise furnish any base support requirement
provided by the clause (or authorize others to do so), without prior written approval of the PCO
regarding the price, terms, and conditions of the proposed purchase, or approval of other
arrangements.
3.2.14. Through coordination of the COR, the contractor shall have access to Host Unit/Base
maintenance shops and hangar space on a non-interference basis if available and Government
supervised basis to accomplish necessary routine aircraft or equipment repair and for severe
weather shelter.
3.2.15. Ground support equipment. The contractor must provide all materials and support
e q u i p m e n t required to maintain its aircraft. The contractor shall have use of common ground
s u p p o r t equipment and special tools and test equipment on a non-interference basis.
Specific items will be determined by unit capability and negotiated with the host base or unit.
The contractor shall obtain this equipment through the appropriate maintenance shop, signing a
hand receipt for each piece of equipment or tool. The contractor shall be responsible for returning
borrowed equipment and tools within the time specified on the hand receipt in the same condition
of repair as when obtained. The contractor must be aware that operational unit/base needs will,
in all cases, supersede contractor needs and will not be subject to dispute.
3.2.16. Deicing. The Host base will provide deicing equipment on a non-interference basis if
available if such equipment is necessary to provide services.
3.2.17. Flight planning facilities. The Host base will provide access to Base Operations Flight
Planning, Weather, and Services facilities, if available on a non-interference basis, and the use of
those facilities in the performance of work under this contract and through coordination of the
COR.
3.2.18. Fuel:
3.2.18.1. This contract does not include the price of fuel. The 24 SOW will provide access to
fuel at U.S. Government bases and civil fields where U.S. Government contract fuel is available
worldwide for the contractor’s use during contract performance. The contractor must provide an
estimate of the fuel its proposed contract execution aircraft would consume on an average
tactical mission so that the government can accurately estimate its fuel cost. Contractor must
provide technical data to support its estimate with proposal submission. The 24 SOW will have
appropriate fuel cards for each of the contractor’s aircraft. Any Government fuel provided will
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
16
NOT be used for any other flights/efforts other than those scheduled/ordered under this contract.
Fuel consumed for maintenance test flights, maintenance ground turns, and training flights shall
not be charged to the Government. Additionally, flight hours flown using fuel provided to the
contractor at no cost will not incorporate fuel costs.
3.2.18.2. Card Users (pilots/flight commanders/aircraft commanders/crew chiefs):
3.2.18.3. Coordinate and complete the Card User Certification Course.
3.2.18.4. complete the online certification.
3.2.18.5. Must print the Certificate of Completion and a fax a copy to the COR to be kept on file.
3.3. Use of Government Property.
3.3.1. The contractor shall at all times manage and operate the aircraft under its own direction
and control in accordance with the Federal Aviation Regulations, and the GFR approved Flight
Procedures.
3.3.2. The Contractor shall be responsible for safeguarding all Government property identified
under this contract. At the end of each work period, all Government facilities, equipment, and
materials shall be secured.
3.3.3. The Contractor shall not duplicate any keys issued by the Government.
3.3.4. The Contractor shall prohibit the use of keys issued by the Government by any persons
other than the Contractor’s employees and the opening of locked areas by Contractor employees
to permit entrance of persons other than Contractor employees engaged in performance of
contract work requirements in those areas.
3.3.5. The Contractor shall immediately report to the 24 SOW COR and the local facilities
manager any occurrences of lost or duplicated keys.
3.3.6. In the event keys, other than master keys, are lost or duplicated, the Contractor may be
required, upon written direction of the 24 SOW COR, to re-key or replace the affected lock or
locks without cost to the Government. The Government may, however, at its options, replace
the affected lock or locks or perform re-keying and deduct the cost of such from the
monthly payment due the Contractor. In the event a master key is lost or duplicated, the
Government shall replace all locks and keys for that system and the total cost deducted from the
monthly payment due the Contractor.
3.3.7. The contractor shall be responsible for the orderliness and cleanliness of government
furnished area. The area shall be clean and neat, free of fire and safety hazards, and free of
unsanitary conditions.
3.4. Government Property Furnished “As Is”.
3.4.1. The Government makes no warrant whatsoever with respect to Government property
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
17
furnished “as is”, except that the property is in the same condition when placed at the f.o.b. point
specified in this agreement as when inspected by the Contractor, as when last available for
inspection under the agreement.
3.4.2. The Contractor may repair any property made available on an “as is” basis. Such repair
will be at the Contractor’s expense. Such property may be modified at the contractor’s expense.
Any repair or modification of property furnished “as is” shall not affect the title of the
Government.
3.4.3. The Government shall not be otherwise liable for any delivery of Government property
furnished “as is” in a condition other than that in which it was originally offered.
3.5. Common Access Cards (CACs) for Contract Personnel.
3.5.1. For installation(s)/location(s) cited in the contract, contractors shall ensure Common
Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both
of the following criteria:
3.5.1.1. Require logical access to Department of Defense computer networks and systems in
either:
3.5.1.1.1. unclassified environment; or
3.5.1.1.2. The classified environment where authorized by governing security directives.
3.5.1.2. Perform work which requires the use of a CAC for installation entry control or physical
access to facilities and buildings.
3.5.1.2.1. Contractors and their personnel shall use the following procedures to obtain CACs:
3.5.1.2.1.1. (CAC) The contractor shall submit a written request on company letterhead to the
24 SOW COR listing the following: contract number, location of work site, start and stop dates,
and names of employees and subcontractor employees needing access to the base. The letter will
also specify the individual(s) authorized to sign for a request for base identification credentials
or vehicle passes. The 24 SOW COR will endorse the request and forward it to the issuing base
pass and registration office or security police for processing. When reporting to the registration
office, the authorized contractor individual(s) should provide a valid driver’s license, current
vehicle registration, valid vehicle insurance certificate, and any additional requirements to
comply with local security procedures to obtain a vehicle pass.
3.5.1.2.1.2. Contractors shall provide a listing of personnel authorized a CAC to the 24 SOW
and PCO. The 24 SOW COR will provide a copy of the listing to the government representative
in the local organization designated to authorize issuance of contractor CACs (i.e.,
“authorizing official”).
3.5.1.2.1.3. Contractor personnel on the listing shall each complete and submit a DD Form 1172-
2 or other authorized DoD electronic form to the authorizing official. The authorizing official
will verify the applicant’s name against the contractor’s listing and return the DD Form 1172-2
to the contractor personnel.
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
18
3.5.1.2.1.4. Contractor personnel will proceed to the nearest CAC issuance workstation (usually
the local Military Personnel Flight (MPF) with the DD 1172-2 and appropriate documentation to
support their identification and/or citizenship. The CAC issuance workstation will then issue the
CAC.
3.5.1.2.1.5. While visiting or performing work on installation(s)/location(s), contractor personnel
shall wear or prominently display the CAC as required by the governing local policy.
3.5.1.2.2. During the performance period of the contract, the contractor shall:
3.5.1.2.3. Be responsible for obtaining required identification for newly assigned personnel and
for prompt return of credentials and vehicle passes for any employee who no longer requires
access to the work site.
3.5.1.2.4. Within 7 working days of any changes to the listing of the contract personnel
authorized a CAC; provide an updated listing to the contracting officer who will provide the
updated listing to the authorizing official;
3.5.1.2.5. Return CACs to the 720th Security Manager and in accordance with local
policy/directives within 7 working days of a change in status for contractor personnel who no
longer require logical or physical access.
3.5.1.2.6. Report lost or stolen CACs in accordance with local policy/directives.
3.5.1.2.7. Within 7 working days following completion/termination of the contract, the
contractor shall return all CACs issued to their personnel to the issuing office of the location
specified by local policy/directives.
3.5.2. Failure to comply with these requirements may result in withholding of final payment.
SECTION 4 – GENERAL INFORMATION
4.1. Period of Performance / Place of Performance.
4.1.1. The period of performance for this contract is:
Base: 15 Jan 2016 – 14 Jan 2017 (12 Months)
Option 1: 15 Jan 2017 – 14 Jan 2018 (12 Months)
Option 2: 15 Jan 2018 – 14 Jan 2019 (12 Months)
Option 3: 15 Jan 2019 – 14 Jan 2020 (12 Months)
4.1.2. Contractor duties will be performed at military training areas, military operating areas,
or any location the government desires to operate in order to meet training objectives. Training
locations will be determined and scheduled with the 24 SOW COR. The contractor must be
postured to perform up to three geographically separated concurrent operations on East and West
coast. See Annex 1 for training and potential training locations.
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
19
4.2. Contractor Personnel.
4.2.1. Contractor personnel will perform the necessary operations and maintenance activities in
order to meet the prescribed requirements in Section 1.
4.2.2. Identification Badges. The contractor shall furnish corporate identification badges to all
contractor and subcontractor personnel authorized to work at all Government Installations. Costs
for providing the corporate identification badge is the sole responsibility of the Contractor. While
in Government facilities, all contractor personnel shall conspicuously display their corporate
identification badge at all time to allow for easy identification as a contractor employee or
authorized subcontractor performing work for the contractor. Subcontractor employees’
identification badges shall identify their respective prime contractor.
4.2.3. Contractor personnel and their subcontractors must identify themselves as contractors or
subcontractors during all meetings, telephone conversations, in electronic messages, or
correspondence related to this contract.
4.3. Administrative Considerations:
4.3.1. Contractor-Furnished Items and Services. Except for those items or services specifically
stated in Section 3, as Government-furnished, the Contractor shall furnish everything needed to
perform this contract according to all its terms.
4.3.2. Administrative Supplies. The Government shall provide administrative supplies which the
2 4 S O W deems necessary for the support of the duties required in this contract.
4.4. Environmental and Hazardous Materials Handling.
4.4.1. The Contractor shall perform the requirement of this Performance Work Statement in an
environmentally acceptable manner consistent with SOCOM, Air Force, federal, state, and local
environmental laws and regulations.
4.4.2. The Contractor shall follow established policies and procedures that minimize the risk of
environmental pollution.
4.4.3. The Contractor shall follow Air Force, MAJCOM, base, wing, and squadron
regulations/instructions and local plans and procedures concerning the handling of potentially
hazardous/toxic materials.
4.4.4. The Contractor shall cooperate with base officials in conducting inspections, resolving
incidents, and take corrective action to prevent recurrence, where the release of hazardous/toxic
materials occurs within the Contractor’s area of responsibility as defined in this Performance of
Work Statement. The Contractor shall follow established programs to safely and properly use,
manage, store, control, and dispose of combustible, flammable, and hazardous materials.
4.4.5. In accordance with applicable regulations/instructions, the Contractor is responsible for
complying with Air Force directives and policies, base regulations/instructions on waste
minimization. Hazardous waste shall be managed in accordance with local installation
administration codes/titles as required.
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
20
4.4.6. The Contractor shall comply with Federal, State, local, base, and Air Force
regulations/instructions providing the correct documentation for the disposition of accumulated
wastes. New or changed processes that affect the quality or quantity of hazardous waste generated
must be approved by the Base Environmental Manager prior to implementation.
4.4.7. Identifying and Reporting Hazards and Mishaps:
4.4.7.1. The Contractor shall promptly report hazards and mishaps involving Air Force and
SOCOM personnel, facilities, and/or equipment to the 24 SOW COR and PCO.
4.4.7.2. The Contractor shall provide requested information and/or assistance to the Wing Safety
Office during the course of Air Force mishap investigations. Investigation and reporting of
mishaps involving Contractor personnel, equipment, and facilities only will be the responsibility
of the Contractor.
4.4.7.3. The Contractor shall immediately notify the 24 SOW Safety Office and PCO of any
on-the job injury and/or death of a Contractor employee.
4.5. Quality Assurance. The 2 4 S O W COR will evaluate the Contractor’s performance
through review of initial and recurring quarterly evaluations, formal Air Force inspections,
Staff Assistance Visit reviews, and required position reports. Contractors are subject to the same
Spot and No-Notice evaluations as active duty and National Guard personnel in the squadron.
4.5.1. Performance Evaluation Meetings. The PCO may require the Contractor, or a
representative designated by the Contractor, to meet with the 2 4 S O W COR, the PCO, and
other Government personnel as deemed necessary. The Contractor may request a meeting with
the PCO and 2 4 S O W COR when he or she believes such a meeting is necessary. Written
minutes of any such meeting shall be recorded in the contract and signed by the Contractor and
the 24 SOW COR and PCO. If the Contractor, or the designated representative, does not concur
with any portion of the minutes, such non-concurrence shall be provided in writing to the PCO
within ten (10) calendar days following receipt of the minutes.
4.6. Government Performance of Services during Labor Strikes. Because services called for
under this contract are of a critical importance to the Air Force, the Government reserves the
right to suspend performance of this contract in the event of a labor strike by the Contractor’s
employees. When Contractor’s services degrade sufficiently to peril mission capabilities of the
Government, the services will be performed exclusively by the Government. Under such
circumstances and at the direction of the PCO, the Contractor agrees to remove its non-striking
work force from the performance site and not to interfere in any way with the Government
performance. The contractor shall be required to work with Government personnel to insure a
smooth transition from Contractor to Government operation.
4.7. Safety. The Wing and Squadron Safety Office will have the authority to conduct work site
visits to ensure Air Force facilities and equipment are used and maintained to Air Force standards.
4.7.1 Designated onsite Contractor safety officer or designated safety representative will report
all aircraft accidents and incidents immediately to the Program Manager, Contracting Officer
(CO), and 24 SOW COR/QAP and if on a military range, the Commanding Officer in
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
21
accordance with the Mishap/Incident Response Guidance (M/IRG). The Accident/Incident report is
required within 24 hours of occurrence. (CDRL A007)
4.7.2. This procedure provides a standardization guide for initial reporting required in the event
of an aviation Mishap/Incident, non-aviation mishap or event requiring special reporting
involving aircraft or personnel under the cognizance of the 2 4 S O W . The M/IRG covers
mishap reporting procedures and is applicable during periods of supporting tasking directed by
the 2 4 S O W and when operating from military bases for transit or permanent basing. The
senior contractor’s representative at the mishap/incident site will contact the AFSOC office
points of contact listed below immediately; they in turn will contact the appropriate offices.
4.7.3 Any person who has knowledge of a mishap or incident involving injury to personnel,
damage to Government property or aircraft operating under AFSOC contracts shall immediately
report the facts to the AFSOC Program Manager’s Office. The senior contractor’s representative
at the mishap/incident site will contact 623 Air Operations Center (AOC) Points of Contact listed
below immediately. Do not leave messages. Call until you make contact with a 623 AOC
representative. 623 AOC Incident Reporting Phone Number:
- 623 AOC/SDO Comm: (850) 884-3290, DSN: 579-3290
- 623 AOC/COD Comm: (850) 884-7816, DSN: 579-7816
4.7.3.1 623 AOC Operations Desk will contact the appropriate offices and if required dispatch a
representative.
4.7.4 The aircraft contractor site manager will have a copy of the Base Safety Officer, Operations
Officer and Emergency Response units Mishap/Incident procedures.
4.7.5 Any and all accidents/damage to the aircraft which occur during operation of the aircraft
and contributing factor shall be the responsibility of the contractor. All costs to repair or replace
aircraft parts and all additional ferry costs or travel costs that occur as a result of the accident
shall be borne by the contractor. Responsibility for any damage to aircraft that results from other
than pilot error will be determined on a case-by-case basis.
4.7.6 The contractor shall provide a detailed description of their company flight safety program
with proposal submission.
4.8. Data. The Government has unlimited rights to all deliverables of this Contract. Specific
contract efforts and accomplishments under this Contract shall be included in the applicable
reports listed above.
4.9. Travel. Temporary duty travel shall be conducted in accordance with Joint Travel
Regulation. Travel costs (lodging, Per Diem, mileage, rental vehicles and incidentals) incurred
by contractor personnel shall be calculated using the same rates as those for calculating
government employee travel. Commercial air, rail, ground, or sea transportation fares shall be
procured using commercial travel agents. All authorized expenses shall be billed back to the
government in accordance with local contracting practices. All travel shall be coordinated in
advance via Letter of Identification (LOI) with the Government Task Leader. LOIs shall be
submitted at least five days in advance of scheduled travel. Extenuating circumstances may
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
22
allow for adjustment of the five day minimum but will be evaluated for approval by the
Contracting Officer.
4.9.1. Separate CLINs will be established as follows to reimburse the contractor for allowable
direct costs related to the performance of the contract requirements.
4.9.2. RESERVED
4.9.3. RESERVED
4.9.4. Invoicing shall be processed through Wide Area Work Flow (WAWF) for each CLIN of
this requirement; however, the Contract Administrator/QAP will be provided a separate detailed
breakdown of the costs associated with the reimbursable CLINs. Government rates used in the
request for reimbursement will be verified for compliance with the JTR at the time of billing.
4.10. Security Instructions. Contractor personnel will require a minimum of a SECRET
security clearance to perform their services under this Performance Work Statement.
4.11. Revisions. Revisions to the Quality Control Plan to assure contractor compliance to the
requirements of the PWS and contract/task may be required at any time during performance of
the contract. The contractor shall make appropriate revisions and obtain acceptance of the revised
plan from the PCO. Revised copies of the Quality Control Plan shall be provided to the COR
upon approval from the PCO. (CDRL A003)
4.12. Affirmative Procurement. The contractor shall practice environmentally preferable
purchasing in accordance with Executive Order (E.O.) 13101 for all supplies and materials
purchased for this task order.
4.13. Conservation of Utilities. The Contractor and their employees shall operate under
conditions that prevent the waste of utilities.
FA0021-16-R-0001 Attachment 1 Combined Contracted Close Air Support (CCAS)
23
ANNEX 1
Potential Training Locations
1. COMMON TRAINING LOCATIONS. The contractor should be prepared to provide aircraft for CAS training at or in the vicinity of
these potential training locations per this PWS:
1.1. East Coast Training Locations:
1.1.1. Hurlburt Field AFB, FL
1.1.2. Avon Park Bombing Range, FL
1.1.3. Pinecastle Bombing Range, FL
1.1.4. Ft Benning, GA
1.1.5. Ft Stewart, GA
1.1.6. Ft Bragg, NC
1.2. West Coast Training Locations:
1.2.1. Joint Base Lewis-McChord, WA
1.2.2. Nellis AFB, NV
1.2.3. Cannon AFB, NM
1.2.4. Yuma Proving Grounds, AZ
Contractor must identify all basing locations in support of this contract.
If the government chooses to execute training at any other location not listed in Annex 1, ferry time
will be calculated using the HOBBS Meter from the contractor’s closest basing location.