DESCRIPTION OF SERVICES

 PERFORMANCE WORK STATEMENTSYSTEMS ENGINEERING&TECHNICAL ASSISTANCE (SETA VI) SERVICEPrepared by:Headquarters Air Force Special Operations Command (HQ AFSOC)Hurlburt Field, FL 3254414 December 2018*Note that this sample has been revised from the source document on the Government Point of Entry as necessary to align formatting and applicable FAR procedures.* DESCRIPTION OF SERVICESScopeThis Performance Work Statement (PWS) is for non-personal Advisory and Assistance Services (A&AS) and Non-A&AS. The requirements will fluctuate across all work locations based on changes in mission and available resources. The authorized primary using activities include, but are not limited to, Headquarters Air Force Special Operations Command (HQ AFSOC), AFSOC bases, AFSOC geographically separated units, and tenant activities located on any AFSOC base. SETA VI Blanket Purchase Agreement (BPA) shall serve as a vehicle to provide broad technical and analytical services to support and improve policy development, decision making, and management and administration, as well as improve the operation of systems within the primary using activities’ areas of responsibility. Requirements take the form of information, advice, alternatives, analyses, evaluations, recommendations, training, and the day-to-day aid of support personnel needed to complement the Government’s technical expertise. The objective of this contract action is to augment AFSOC’s organic (military and civil service) capabilities and acquire intellectual capital support in the areas of: (1) Management and Professional Support Services; (2) Studies, Analyses and Evaluations; and (3) Engineering and Technical Services. Although this PWS describes the general and representative efforts required under the SETA BPA, the specific task requirements will be defined by individual Task Orders (TOs) awarded under the BPA.BackgroundAFSOC was established in May 1990, with headquarters at Hurlburt Field, FL. AFSOC is also the air component of the United States Special Operations Command (USSOCOM), a unified command located at MacDill Air Force Base, FL. Under Commander USSOCOM’s direction, AFSOC provides special operations air assets to USSOCOM and all other Combatant Commands. In its Air Force (AF) Major Command (MAJCOM) role, AFSOC serves as the primary AF proponent of special operations and special operations weapons systems. AFSOC provides AF Special Operations Forces (AFSOF) for worldwide deployment and assignment to regional unified commands. The command’s AFSOF personnel are composed of highly trained, rapidly deployable Airmen, conducting global operational missions ranging from precision application of firepower to infiltration, exfiltration, resupply and refueling AFSOF operational elements. AFSOC’s core missions include battlefield air operations, agile combat support, aviation foreign internal defense, information operations/military support operations, precision strike, specialized air mobility; command and control; and intelligence, surveillance and reconnaissance.3898900152400038989001524000RequirementsThe contractor shall provide the necessary services to support all mission areas of HQ AFSOC, its subordinate units, and tenant activities as specified and ordered under individual TO. Specific support will be in three functional areas: (1) Management and Professional Support Services; (2) Studies, Analyses and Evaluations; and (3) Engineering and Technical Services. Some non- A&AS support may be required.Management and Professional Support ServicesThe contractor shall perform management, operational and professional activities to support functional areas described in this PWS. As identified in individual TOs, the contractor shall assist in the development, execution and implementation of plans, programs, procedures, policy and doctrine. These services are normally closely related to the basic responsibilities and mission of the agency contracting for the services. Included, but not limited, are efforts that support or contribute to improved organization or program management, testing, logistics management, project monitoring and reporting, data collection, budgeting, accounting, auditing, and administrative/technical support for conferences and training programs. Also included are services to review and assess existing managerial policies and organizations, develop alternative procedures, organizations and policies; and to examine alternate applications and adaptations of existing or developing technologies. Additionally, the contractor may be required to: solicit opinions of program sponsors, management and technical personnel support organizations, and outside agencies on HQ AFSOC; develop and document requirements to include functional and performance requirements, incorporating architecture and operational requirements into design, requirements flow-down, and trade studies; participate in meetings, in-progress reviews, and integrated concept and product teams, working groups; and support planning, programming, and budget development, tracking, and financial execution and to perform information management services to include office automation, records management, scheduling, and meeting and conference support.The following are examples of Management and Professional Support Services that have been required under previous iterations of AFSOC’s SETA contract and may continue to be required under this iteration:Wounded Warrior Case Management Coordinator. Provide all management services and support within HQ AFSOC, Surgeon General’s directorate and administration office space. The role of this contractor will be to strengthen HQ AFSOC readiness to enhance the quality of life for AFSOC personnel assigned to AFSOC units, their families, surviving family members and/or Committed Designees. Provide specialized program knowledge and technical guidance to HQ AFSOC Surgeon General and other commanders/directorates on program implementation, administration, effectiveness, and evaluation of this program. The contractor shall accomplish all Wounded Warrior Case Management coordination tasks for combat and non-combat related cases.AFSOC Operations Training Division Management Support. Provide support to HQ AFSOC/A3T training and weapons and tactics programs, including cradle to grave requirements for training and tactics for each weapon system. Support is required for management of AFSOC weapons systems. Management support of deficiencies/needs identification include supervision of the implementation of, and upgrades to, training devices; courseware; tactics, techniques, and procedures (TTP), for current and emerging missions and weapon systems. Provide assistance in managing the training program for many different AFSOC weapon systems, analyzing training requirements/methods, systems, efficiency and effectiveness. Support the implementation of tactics program requirements, and the identification and management of weapons and munitions requirements.1st and 27th Special Operations Group (SOG) Operations Management Support. Provide support in operations management, to include functions related to current operations, scheduling and training in order to meet contingency commitments. Provide continuity and assist with range/airspace scheduling, flying mission tracking, and related support to track daily flying operations and coordinate scheduling requirements to ensure currency and qualifications for aircrew support of deficiencies/needs identification include supervision of the implementation of, and upgrades to, training devices (i.e. courseware; TTPs), for current and emerging missions and weapon systems. Schedule and track aircrew member training events, including administering enlisted Career Development Courses (CDCs), scheduling End of Course (EOC) test dates and maintaining all On-the-Job (OJT) records for 5 and 7-level upgrade trainees. As required, serve as the Unit Control Center (UCC) duty officer. Experience required as aircrew member on -SOF-aircraft, with a high degree of understanding and knowledge of SOF aircrew procedures to include tactics, techniques and procedures, aircrew training, standardization and evaluation, publications management, life support equipment, exercise management, and mobility requirements.CV-22 Functional Check Flight (FCF) / Operational Check Flight (OCF) Support. The contractor shall provide CV-22 FCF and maintenance operations support to include: OCF, maintenance flight tests, ferry/recovery/delivery flights, maintenance ground runs/checks and any associated tasks required to conduct FCF and OCF. Maintain flight and ground currencies to support FCF, maintenance operations support, and aircrew instruction. Perform pre-and post-flight duties to support FCF, maintenance operations support and aircrew instruction. Conduct contracted operations support with active duty Air Force (AF) aircrew. The contractor shall ensure evaluations and examinations for contractor onsite personnel are completed IAW applicable CONUS/OCONUS regulations.Military Personnel Section (MPS). The 1st Special Operations Force Support Squadron (SOFSS) MPS requires contract support for the Human Resources/Military Personnel Flight (MPF) programs consisting of non-personal services for the administration and support of the human resources/personnel programs conducted at Hurlburt Field, FL. These MPF programs support the MPS which provides quality personnel support through the administration of personnel programs to commanders, Air Force members on base or geographically separated units, AF family members, and retirees and administers AF personnel programs in both peacetime and wartime. MPS functions includes, but are not limited to, Defense Enrollment Eligibility Reporting System (DEERS), and the Real-Time Personnel Identification System (RAPIDS) issuing facility, Common Access Cards (CAC), Base Individualized Newcomer Treatment and Orientation (INTRO) Program.Special Tactics Training Squadron (STTS) Supply Specialist. The purpose of this TO is to provide materiel management support for the STTS. The contractor shall be knowledgeable of established supply regulations, policies, procedures, and other instructions applicable to the DoD supply system. The contractor shall have knowledge to conduct extensive and exhaustive searches for required information in order to reconstruct records of complex supply transactions. Ensures accountability of equipment assets purchased with the Government Purchase Card (GPC) and/or through Base Contracting. Ensures unit requirements have been categorized as Critical/Important in the Equipment Requirement System (ERS) and has matching requisitions in all automated systems. Ensures a semi-annual reconciliation of all Communications Security (COMSEC) items and annual small arms reconciliation are processed and confirm all discrepancies resolved. Creates computer inputs, maintains Master Custodian Authorization/Custody Receipt Listing (CA/CRL) Jacket Files and Master Special Purpose Recoverable Authorized Maintenance (SPRAM) Jacket Files, and corrects errors identified on listings relating to equipment. Develops, implements, and provides for administrative functions in the element. Establishes, develops, and maintains effective working relationships with the MAJCOM Command Equipment Management Office (CEMO), Special Operations Command Global Logistics Support Center (GLSC), Special Operations Forces Sustainment, Asset Visibility and Information Exchange (SSAVIE), Special Tactics Personal Equipment Management System (ST-PEMS), supported organizations, and higher headquarters. Performs other duties as assigned.Contract Instructor and Courseware Development Support. AFSOC Operations Center (OC) requires formal course instructors for the AFSOC Special Forces Air Command and Control Course Level II (SOFAC2CL2). The contractors will physically reside and perform duties at the Expeditionary Operations School, Detachment 1 (EOS Det-1), Hurlburt Field, FL. Instruction will be based on courseware developed as well as existing instructional material provided. The contractor will support the development of syllabi, courseware, and support material for SOF Air (Command and Control) C2 personnel. With consultation from the contractor, the government will approve the level of interactivity for individual lessons.Meteorological/Oceanographic (METOC) Training. Provide garrison and CONUS-based METOC training support for the 720th Special Tactics Group Special Operations Weather Team (SOWT) personnel. The contractor shall provide Weather Instructors and Weather Instructor Program Manager to perform METOC instruction to SOWT personnel. Contractor shall ensure that all curriculum developed/taught will be validated by the Weather Flight in conjunction with the Special Tactics Training Squadron and ensure that curriculum is standardized across all units where contractor Weather Instructors reside.METOC and Environmental Operations Cell (EOC). Provide garrison and CONUS-based METOC mission support for dislocated USASOC units and the 720th Special Tactics Group (STG) utilizing reach back METOC support. Contractor shall provide Meteorologist Technicians to perform METOC services to USASOC units and the 720th STG. Provides complex operational garrison/exercise/wartime METOC support to elements of USASOC and the 720th STG.USAFSOS Regional Expertise and Culture Instructors Support. Provide instructors with the ability to provide theater engagement, and intercultural competence training and education in a military environment: both in a classroom setting and on an individual basis with students, one-on-one, as required. Instructors include (a) Intercultural Competency for SOF instructor, (b) Building Partnership Aviation Capacity Seminar (BPACS) instructor, (c) USAFRICOM Theater for SOF and USCENTCOM Theater for SOF instructor.Advanced Skills Training Instructors Contract. Provide management and leadership support required for the instruction of students in STTS programs. Contractor shall provide information, background experience and other services necessary for each student to successfully complete each block and phase of training IAW STTS directives and operating instructions. Duties include identifying training requirements, development and use of training aids, and various methods and techniques of instruction. The instructor shall effectively apply specialized subject matter knowledge in course instruction. Provide subject matter knowledge on Air Force training documentation procedures. Review items for inclusion in the Combat Controllers (CCT) and SOWT Career Field Education and Training Plans (CFETP).Mission Rehearsal Training (MRT) and Landing Zone (LZ) Support. Contractor shall provide -MRT-ground party personnel and a --LZ- controller to support 492 SOW Formal Training Unit (FTU) Programmed Flying Training (PFT) requirements. The contractor shall support the 492 SOW FTU PFT and continuation training requirements in areas/locations designated by the training mission or scenario. The contractor shall provide MRT support for 492nd SOW aircraft and Civil Aviation Authority (CAA) initial qualification, upgrade qualification, and continuation training sorties by emulating friendly and opposing forces. The type of landing zones will be mission specific and can include, but not limited to dirt, LZs, military installations, and commercial or municipal airports such as Eglin Aux Field 1, Eglin Aux Field 6, East LZ, and once completed, Silent Night LZ. Other LZs may be used as required to support training. Supported aircraft will include, but not be limited to PC-12, U-28, C- 145, and C-146, MC-130, and CV-22 tilt-rotor aircraft.MC-12 Aircrew Instruction Support. Requires on-site contract instructor, scheduling, registrar, and Opposing Force/Mission Rehearsal Trainers (OPFOR/MRT) support for the 137 SOW training operations. Shall provide customer focused, aircrew and non-aircrew Academic, Flight Line, Inflight Instruction, Observation Flights, aid and assistance to students, reporting evaluating, grading, mission planning mission pre-briefs, sortie execution and debrief, post-mission documentation, remedial instruction, supplemental instruction, etc. as required by the published schedule, Syllabus, Instructor Guides, and Operation and Maintenance (O&M) Manuals.Training Systems Engineering and Technical Support. Requires contractor support to AFSOC’s Air Commando Training Support (AFSOC-ACTS) contract. Requires highly experienced aircrew training system engineers and program managers to provide aircrew training and simulation expertise in support of AFSOC’s command requirement execution. The contractor shall serve as an active liaison to HQ AFSOC and the Government Program Management Office (PMO) to AFSOC’s Air Commando Training Support (AFSOC-ACTS) and related/follow-on contracts. Assist in monitoring and evaluating simulator programs to ensure sustainment and delivery of the best crew preparation from formal training through advanced tactical readiness training.Studies, Analysis and EvaluationsThe contractor shall perform studies, analyses, and evaluation activities to support functional areas described in described in this PWS. These services require organization, analytical assessments and evaluation of complex issues to improve developments, decision-making, management or administration of processes. As identified in individual TOs, the contractor shall support a variety of studies/analyses/evaluations including, but not limited to: providing recommendations on emerging technologies and their applications to enhance mission performance; providing recommendations to command staff agencies and subordinate units to strengthen combat capabilities. These efforts result in documents containing data or leading to conclusions and/or recommendations.Databases, models, methodologies, and related software created in support of a study, analysis, or evaluation are considered to be part of the overall effort.The following are examples of Studies, Analysis, and Evaluation services that have been required under previous iterations of AFSOC’s SETA contract and may continue to be required under this iteration:Special Tactics (ST) Operations Analysis and Planning Support. Perform analysis and planning activities in support of the ST combat force, focusing on two major areas: operations and training analysis. Review, consolidate, analyze, and document significant trends and lessons learned from ongoing contingency/wartime operations and continually evaluate strategic and performance plans based on this analysis. Perform document and records research and direct interviews, when appropriate, with individuals participating in current operations. Conduct analysis of data compiled in the ST tasking/ Allocation System to identify ongoing trends in operations/training tempo and manpower utilization. Provide after action report research and analysis to evaluate significant trends and capture lessons learned. Organize and catalogue this analysis and research to facilitate input to various DoD databases and historical records. Support the development of published Tactics, Techniques, and Procedures (TTP) for the ST combat force and coordinate CONOPS. Participate in management and training meetings and conferences as a subject matter expert in ST. Provide analysis to support the 720 STG’s participation in the planning, programming and budgeting system (PPBS). Analyze squadron level group input for Doctrine, Organization, Training, Material, Leadership, Personnel and Facilities (DOTMLPF) issues and suggest opportunities and analysis of alternatives to correct problems and negative trends.HQ USAF Operational Program Support. Assist in ensuring USAF SOF personnel are properly organized, trained, and equipped by performing a wide range of research, analysis, and administrative activities in support of the Air Force SOF mission. These duties include preparation and staffing of headquarters-level position, background papers, briefings and executive level summaries; briefing Senior USAF Leaders; reviewing classified documents and providing analysis for plans and position papers; preparing formal responses to Joint Staff and OSD taskings regarding SOF operational matters; and performing duties in the Air Force Operations Center during crises or exercises. Must have operational experience with, or an understanding of, Air Force Special Operations to include roles and missions, policy, operations, equipment, and training. Must possess in-depth knowledge of the USAF role in overseas contingency operations along with the roles and missions of other organizations involved; Information Operations; the USAF Military Deception Program; Joint Air Operations; the Air Force organizational structure and command relationships; and the roles and missions of SOF forces. Must have an in-depth knowledge of the rules for air operations, and an in-depth understanding of the planning and execution of CONUS and OCONUS air operations to include air refueling and diplomatic overflight/landing procedures. Must be capable of quick response to tight deadlines. Access to intelligence information reporting is required to provide a threat analysis for planning and real-time support to ongoing contingency operations and conventional war plans.AFSOC Tactics Program Management Support. Conduct analysis, research, training development, instruction, and management support to implement and sustain the required elements of the AFSOC tactics program to ensure that the command’s crews are prepared to conduct operations in hostile environments and survive. Conduct information management; develop, maintain and update aircrew training courseware; and maintain, update and instruct tactician training courseware. Support the annual AFSOC Tactics Conference and related crosstalk functions, and implement and maintain the tactics program processes.Special Tactics Air Operations Development, Training, and Integration. The contractor is required to provide training and instruction on enhanced digital situational awareness, survey, and associated communications systems throughout the 720th Special Tactics Group’s squadrons and provide Special Tactics Airmen with Joint Terminal Attack Control (JTAC) simulator support on an advanced technology programs.Engineering and Technical ServicesThese services take the form of technical advice, assistance, and training essential to research, development, production, operation, or maintenance necessary to ensure the effective operation and maintenance of weapon systems, equipment and components for AFSOC organizations or activities (including software when applicable) at design or required levels of effectiveness required to support functional areas described in this PWS. As identified in individual TOs, the contractor shall apply scientific methods and engineering disciplines to support a variety of engineering and technical services, including, but not limited to: integration of new technologies and upgrades into current and future systems; reviewing and making recommendations on proposed engineering changes; conducting specialized training; providing information technology consulting services such as information technology architecture design and capital programming; performing system engineering services to determine specifications, identify and resolve interface problems, develop test requirements, evaluate test data, and supervise design; and providing technical direction to develop work statements, determine parameters, direct other contractors’ operations and resolve technical controversies.The following are examples of Engineering and Technical services that have been required under previous iterations of AFSOC’s SETA contract and may continue to be required under this iteration:AFSOC Cybersecurity Support. Provide technical expertise to cybersecurity cell, through support to security audits, penetration testing, risk analysis, architecture security assessments, and system configuration assessments.AFSOC Joint Capabilities Integration and Development System (JCIDS) Architectures. Contractor shall serve as JCIDS and/or SOF Capabilities Integration and Development System (SOFCIDS) Architecture expert in developing architecture products, providing review of Joint Staff/Combatant commands/Component commands/ MAJCOM architecture products and representing the Command in architecture forums. The contractor shall provide frequent and close coordination in the progress of all architecture-related to projects and provide support to AFSOC operational capability developers in the planning, coordinating, and management of architecture initiatives. All AFSOC architectures will be focused on providing quality decision-making mando Ready and Resilient Center Program/Project Administration Specialists. The contractor shall provide the Commando Ready initiative and Health and Wellness Center (HAWC) with all clinical support. This includes providing administrative support such as technical writing, proofreading, technical editing of work processing and other computer based documents, integration of various sources into a cohesive product which may be delivered as computer-based magnetic media, preparation of graphical and narrative presentation material.Non-A&AS SupportThe required support for non-A&AS will fall into one of the following categories: Information Management or Other services. The following are examples of non-A&AS support that have been required under previous iterations of AFSOC’s SETA contract and may continue to be required under this iteration:Combat Mission Support. The contractor shall provide the necessary personnel to perform specific duties in the following areas: (1) Aircrew Flight Equipment, (2) Heavy Vehicle and Equipment Journeyman, (3) Search and Rescue Barn, and (4) Air Operations Manager. The primary purpose of the Aircrew Flight Equipment personnel is to make special purpose fabrications and modify, and repair articles that are unique to plan, lay out, construct, and fit because of figure irregularities, uncommon shapes and sizes, unusual designs or intricately constructed parts, such as rucksacks, deployment bags, canopies, harnesses, and similar items using experimental fabrics. The primary purpose of the Heavy Vehicle and Equipment Journeyman personnel is to provide maintenance, troubleshooting, testing and management of various motorized equipment at each location. The primary purpose of the Air Operations Specialist personnel is to provide in-depth analysis to Director of Operations for resource utilization by conducting detailed air/ground/maritime operations analysis, planning, coordinating, scheduling and activity reporting for AF Special Tactics (ST) forces deployed/employed globally.Interactive Multimedia Instruction Courseware. Contractor shall create and deliver 32 hours of Level-II Interactive Multimedia Instruction Courseware (IMIC) as follows: 16 hours for the United States Air Force Special Operations School (USAFSOS) AFRICOM Theater (ATSOF) and 16 hours for CENTCOM Theater Course (CTSOF).Security RequirementsThe nature of the contract requires contractor personnel to possess a high degree of security awareness. The contractor shall develop a sound industrial security program to provide for the protection of classified defense information. Further, Government furnished equipment/property must be reasonably protected from loss, theft, or unauthorized use. The contractor shall be responsible for understanding security obligations for the formulation of adequate regulatory procedures in the safeguarding of classified defense and other protected information. Contract security requirements and contractor access to classified information shall be in accordance with the National Industrial Security Program Operating Manual (NISPOM) and as specified in the contract DD Form 254 (Contract Security Classification Specification) and the TO specific DD 254.Visitor Group Security Agreement. With the assistance of Industrial Security Office, 1SOW/IPC, the contractor shall enter into a Visitor Group Security Agreement. [Reference AF Federal Acquisition Regulation Supplement (AFFARS) Clause 5352.204-9000, Notification of Government Security Activity and Visitor Group Security Agreements.Classified Visit Requests. The contractor shall be responsible for processing classified visits via the Joint Personnel Adjudication System (JPAS) in support of tasks within DoD. The contractor must determine that the visit is necessary and that the purpose of the visit cannot be achieved without access to, or disclosure of, classified information. Contractors shall establish procedures to ensure positive identification of visitors, appropriate personnel security clearance, and need-to-know prior to the disclosure of any classified information, and ensure that visitors are only afforded access to classified information consistent with the purpose of the visit. Classified visits outside DoD will require Visit Authority Letters (VALs) IAW National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M.Facility Clearance. The contractor shall possess, or acquire prior to award of the contract, a TOP SECRET facility clearance – equal to the highest classification being granted as stated on the DD Form 254, Contract Security Classification Specification.Personnel Clearances. The CO intends to issue TOs whose scope of effort will be in support of classified programs. The contractor shall be responsible for recruiting and retaining personnel with the appropriate clearances, as outlined in the individual TOs, to perform under this contract. Generally, all contractor personnel assigned to work requiring access to any Government automated information technology system shall require a National Agency Check with Inquiries (NAC-I). Certain TOs will require the contractor to work with documents with security classifications up to and including SECRET/TOP SECRET/ SENSITIVE COMPARTMENTED INFORMATION/Special Access Program (S/TS/SCI/SAP). The contractor shall identify contractor employees on each TO to the appropriate Contracting Officer Representative (COR) and CO for verification in the JPAS in sufficient time to allow for performance start in no more than 10 days of TO issuance (unless a longer time period is specified in the TO). Specific access information shall be detailed in the DD Form 254 attached to the TO. Contractor shall report to the appropriate government security office (Defense Security Service (DSS), Wing Information Protection Office, and Special Security Office) any event or situation which may affect an employee’s continuing eligibility for access to classified information.Document Accountability. The contractor shall maintain accountability records for contractor-generated and received classified material and comply with the provisions of the NISPOM. Contractor classified accountability record/receipts (AF Form 310, Document Receipt and Destruction Certificate) shall be used for accountability of classified material, to include transfer and destruction.Documentation Access. Personnel collocated on Hurlburt Field may be required to receive or transmit classified documents. Specific security requirements shall be further defined in each TO.TO Security Requirements. The contractor shall be responsible for complying with program office Security Classification Guides (SCGs) and shall be responsible for marking and protecting information in accordance with these same SCGs and the Information Security oversight Office’s Directive 1for each task. Additionally, the contractor is responsible for passing down to all subcontractors and team members the SETA VI security requirements as stated in the contract. All contractor employees shall observe and otherwise be subject to such security regulations as are in effect for the particular premises involved. When directed by the Contracting Officer (CO), the contractor shall remove any employee who endangers national security. Removal shall be at no cost to the Government.Industrial Security Office. All contractor performance on Hurlburt Field involving collateral classified will be under the security oversight of the Industrial Security Office, 1SOW/IPC, which will provide overall base security guidance and required security inspections of on-base contractor activities. All contractor performance involving collateral classified off Hurlburt Field that is not inspected by the “local” customer’s security agency will be under the security oversight of the DSS.Antiterrorism Training. Per DoDI 2000.16, “DoD Antiterrorism (AT) Standards,” all contractor personnel are required to complete Level I AT Training. This training shall be completed 30 days after award of a TO. The contractor must comply with DFARS 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors outside the United StatesSecurity Training. Contractor employees shall be required to attend an equivalent level of security education and training as currently required by applicable Government agencies. For TOs, this includes but may not be limited to: information and computer security training, force protection briefings/training, and refreshers as required. Prime contractors are responsible for ensuring that their team members/subcontractors obtain this required trainingDisclosure or Release of InformationIn the performance of this contract, the contractor may have access to data and information proprietary to a Government agency or to another Government contractor, or of such nature that its dissemination or use, other than as specified in this contract, would be illegal or otherwise adverse to the interests of the Government or others. The contractor and its personnel shall not divulge or release data or information developed or obtained under performance of this contract, except to authorize Government personnel or upon written approval of the OCO. The contractor and its contractor personnel shall not use, disclose, or reproduce proprietary information bearing a restrictive legend, other than as specified in the contract.Disclosure of information regarding operations and services of the activity to persons not authorized to receive it, or failure to safeguard any classified information that may come to the contractor (or any persons under the contractor’s control) in connection with work under this contract, may subject the contractor, contractor’s agent, or employees to criminal liability under Title 18, Sections 793 and 798 of the United States Code.Neither the contractor nor the contractor’s employees shall disclose or cause to be disseminated any information concerning the operations of the activity that could result in, or increase the likelihood of, the possibility of a breach of the activities’ security or interrupt the continuity of operations.The contractor shall not release any information (including contact lists, photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract, or any phase of any program hereunder, without the prior written approval of the CO. Any documentation showing individuals’ names or other personal identifiable information (PII) shall be controlled and protected.In order to comply with DFARS 252.204-7000, Disclosure of Information, the contractor shall provide electronic copies of information to be released to the CO prior to the desired release date.This disclosure applies to all news releases of information to the public, industry, or Government agencies, except for: Information for actual or potential subcontractors or vendors, necessary for the contractor’s performance of this contract information to be supplied to an authorized representative of the CO.Management and AdministrationThe contractor shall employ a program management structure to ensure the efficient execution of all tasks and the capability to report on the status of work performed. The contractor shall use a single Program Manager with the authority to administer all project activities and serve as the principal Point Of Contact (POC) for all matters regarding project administration and reporting. To ensure efficient on-site management and administration of all TOs, the contractor shall identify a POC and an alternate who shall provide the direct, recurring interface between the contractor, the QA personnel, and the TO COR. The contractor shall promptly notify the CO of any issues or problems requiring a Government response.1.5.2. Management Structure. The contractor shall implement and maintain a management structure for SETA VI which shall be consistent with proven methods of management of diverse technical workloads under a TO system. The structure shall be capable of responding to SETA VI requirements across the full range of workload potential and be adaptable enough to meet long term/stable tasks and short notice, short duration tasks. The structure must be flexible enough to allow rapid reassignment of personnel as well as the assignment of personnel to multiple, sometimes diverse tasks. Lines of authority and responsibility shall be clearly established for managerial, technical, administrative and support personnel. Administrative and support functions shall also be structured to be responsive to task requirements.Off Base Facility. The contractor shall establish a local office within 30 minutes average driving time from Hurlburt Field, FL, to enhance responsiveness to Hurlburt Field customers and avoid wasted time and costs spent on local travel. The primary purpose of the off-base facility is to provide a work location for the contractor’s indirect charge employees handling the contractor’s contract management, financial management, and administrative support. No classified information shall be stored in the off-base facility. The contractor shall be responsible for all costs associated with maintaining the off-base facility.Personnel Management. The contractor shall maintain a stable workforce in order to provide continuity of services and reduce or minimize the need for the Government to expend time/money/effort to retrain and re-orient new contractor personnel. The contractor shall employ and retain an appropriate number of key personnel who have the necessary skills, education, or SOF expertise to effectively perform contract management and accomplish the range of requirements required at the TO level. The contractor shall maintain an active training, recruitment and retention program to ensure qualified and clearable personnel are available to meet or exceed contract and TO requirements.Qualification Assessment. The contractor shall maintain a process that ensures that all contractor employee qualifications are verified, validated, and approved by the CO and COR no later than 10 days after TO issuance. Individual TO will outline specific qualification standards including, but not limited to, clearance, skill, and education requirements. Unless otherwise directed in the TO, the contractor will be required to submit contractor personnel resumes as part of the qualification packages for COR approval no later than ten (10) days after TO issuance. A listing of key personnel with qualification packages, including resumes and proof of qualifications, shall be submitted to the CO and COR no later than ten (10) days after award of the basic contract.Retention Plan. The contractor shall maintain a retention plan that ensures at least 80% of all CMEs/FTEs are filled at any given time and minimize employee turnover. The retention plan shall describe the contractor’s approach to: employ and retain an appropriate number of qualified and experienced contractor personnel; maintain a minimum fill rate of 80%; and minimize contractor personnel turnover for all TOs throughout the life of the contract. The plan shall include the market analysis used to support its employee retention strategy and include, at a minimum, onboarding procedures, employee recognition, training and development, employee communication, and change management.Business Relations. The contractor shall be proactive in identifying problem areas and providing corrective action. The contractor and contractor employees shall be customer oriented and display a professional and cooperative attitude when performing service for the Government. The contractor is responsible for providing timely notification to the Government of any acquisition or mergers involving the prime contractor to include the potential impact on this contract.Ethics. The contractor will be highly visible to the entire AFSOC community as a result of providing advisory and assistance services to the Government. Consequently, the contractor is expected to present an unblemished appearance in regards to ethics, discretion, and protection of information, including the guidelines for use of government computer electronic messaging listed in AFI 33-119 and Internet use in AFI 33-129.Subcontract Management. The contractor shall be responsible for any subcontract management necessary to integrate work performed on this contract and shall be responsible for subcontractor performance on each task. The contractor shall provide a list of all subcontractors with their initial proposal for approval at time of contract award. Any time the contractor desires to add or delete a subcontractor, prior approval of the CO is required. Requests must be submitted in writing within three (3) calendar days of desired change or timeframe approved by the CO. A change requested within the first six (6) months of contract award will not be approved unless the CO determined change is necessary for continued performance of the contract (i.e. poor performing subcontractor, etc.).Contractor/Government CommunicationThe contractor shall provide a Program Manager (PM) to administer all SETA VI requirements. The contractor’s PM shall be the single focal point for all SETA VI contractor and Government correspondence. The contractor PM shall provide clear and consistent written and verbal response to the Government within twelve (12) business hours of Government initiated communication (e.g. return phone calls, emails, or other communication).During performance of the contract, situations designated by the CO as contract emergencies may arise. Contractor personnel with decision making authority shall provide a decision response to contract emergencies within 24 hours.The contractor’s PM shall meet with the Government team at least quarterly, and additional meetings may be requested by the Government or the contractor as necessary. The CO, PM, or other designated representative will provide monthly performance feedback to the contractor through written or verbal communication. If requested by the CO, the contractor shall provide an agenda and minutes IAW the deliverables requirement of the PWS.Supervision of Employees/Government-Contractor RelationshipsSETA VI is a non-personal services contract, defined by Federal Acquisition Regulation (FAR) as a “contract under which the personnel rendering the services are not subject, either by the contract’s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees.” All parties recognize and agree that no employer-employee relationship exist or will exist under this contract between the Government and the contractor.The Government will not supervise or otherwise direct contractor employees. The contractor shall not supervise or otherwise direct Government employees, nor shall the contractor supervise employees of other contractors outside the contractors’ own subcontracting/teaming arrangements.Contractor personnel under this contract shall not be: placed in a position where they are appointed or employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer, Military or Civilian; placed in a staff or policy-making position; placed in a position or command, supervision, administration or control over Military or Civilian Personnel or personnel of other contractors, or become a part of the Government organization; used for the purpose of avoiding manpower ceilings or other personnel rules and regulations or Civil Service Commission; used in administration or supervision of military procurement activitiesThe services to be performed under this contract do not require the contractor or its employees to exercise personal judgment and discretion on behalf of the Government,but rather the contractor's employees will act and exercise personal judgment and discretion on behalf of the contractor.Conduct of PersonnelThe CO or COR may require the contractor to remove (permanent or temporary) from the job site any contractor employee working under this contract for the following reasons: misconduct; security or safety violations; job performance; upon discovery of fraudulent resume or qualifying documentation; or findings or suspicion of being under the influence of alcohol, drugs, or other incapacitating agent.The Installation Commander has the authority to bar individuals from the installation. Such removal from the job site or dismissal from the premises shall not relieve the contractor of the contract requirements.Upon receipt of notification from the CO, the prime contractor has ten (10) workdays to submit a replacement candidate in accordance with the hiring and retention requirements of this PWS. A credit will be issued for vacancies in accordance with this PWS.Contractor IdentificationAll SETA VI contractor personnel shall be required to wear company identification badges so as to easily distinguish themselves from Government employees (e.g. corporate identification badges, Government issued identification that reflects contractor status, etc.) These badges must be conspicuously displayed at all times when working with Government personnel. Identification badges must be displayed above the waist at all times to allow for easy identification as a contractor employee or authorized subcontractor performing work for the contractor. Badges shall be worn at all times when contractor employees are co-located on a Government installation or when on temporary duty (TDY) working with other Government personnel. Subcontractor employees’ identification badges shall identify their respective prime contractor.When conversing with Government personnel during business meetings, over the telephone or via electronic mail, SETA VI contractor personnel shall identify themselves as such to avoid any perception that they may be Government employees and to avoid situations arising where sensitive topics might be better discussed solely between Government employees. Electronic mail signature blocks and business cards shall identify contractor/company affiliation. Documents or reports produced by contractors shall be makes as contractor products or contractor participation appropriately disclosed.Contractor personnel occupying co-located space in a Government facility such as offices, separate rooms, or cubicles must be clearly identified with contractor supplied signs, name plates, or other identification, showing that these are work areas for contractor or subcontractor personnel.Personnel Substitutions or Replacements The contractor shall retain the right to substitute personnel provided the substitution does not cause a break or lapse in services currently provided to the Government. All personnel substitutions shall be subject to OCO approval. If the Government expends additional effort to orient new personnel and/or performance requirements are delayed or missed, the Government may recoup reasonable consideration Contractor employee-generated replacement. If personnel substitution or replacement is contractor employee generated (i.e. Contractor employee submits resignation), then the contractor shall provide a notice to the OCO at least ten (10) business days prior to the proposed replacement date. Contractor-generated replacement. If personnel substitution or replacement is contractor generated (i.e. anticipated maternity leave or replacement at the contractor discretion), the contractor shall provide thirty (30) calendar days’ advance notice. The notice shall state the date and time the position will be vacant, the reason for vacating the task, the anticipated replacement date of personnel, and what management corrective action will be taken to ensure completion of TO mission.Selected Reserve Duty Vacancies Personnel substitutions are not required while a contractor employee performs their scheduled 2-week annual reserve duty unless the TO requires coverage during that time. If the position requires coverage while the assigned employee performs the 2-week reserve duty, the contractor shall submit the résumé of a qualified candidate to perform the requirement while the assigned employee performs the two (2) week reserve duty. If reserve duty extends beyond the annual two (2) week requirement, the contractor shall fill the position with a qualified candidate approved by the OCO. A “no-cost” Letter of Identification (LOI) shall be submitted to the COR and OCO for approval thirty (30) calendar days prior to departure of the employee to perform scheduled reserve duty.Monthly fixed-priced labor payments will not be reduced while an employee performs their annual two (2) week reserve duty unless the contractor withholds or reduces the employee’s regular salary during the two (2) week period. If the contractor withholds or reduces the employee’s regular salary while performing the two (2) week reserve duty, a credit shall be provided to the Government in the amount withheld from the employee’s salary in accordance with the procedures for accounting for vacancies. For reserve duty extending beyond the annual two (2) week requirement, a vacancy credit shall be provided to the Government until the vacancy is filled with a qualified candidate approved by the OCO.Out Processing Procedures1.5.16.1 Government-issued badges, identification cards, passes, vehicle registration media, and admittance controls are accountable and, as such, are US Government property to be accounted for, protected and returned to the Government. When a contractor employee leaves the company or moves to a different directorate for support under this contract, the employee shall clear all computer systems to which they have access, turn in all keys or other admittance hardware, and perform "out processing" procedures with their COR. A statement certifying that all appropriate “out-processing” has been completed shall be included in the monthly report upon departure of any contractor personnel or at the end of TO performance period, to include the turn-in of the Common Access Card (CAC) as required by AFFARS 5352.242-9001. This responsibility extends to any subcontractors.Task OrdersTOs will be issued to the contractor based on the requirements of the authorized users of this contract. Specific requirements will identify the types of services, the level of expertise, place and period of performance, reporting requirements, deliverables, applicable standards, inspections/acceptance criteria, and any special requirements. Unless otherwise specified in the TO PWS, the contractor shall provide services in accordance with the basic contract PWS.All SETA VI contract holders shall be provided a fair opportunity to be considered for each TO in excess of the micro-purchase threshold as defined in FAR 2.101 pursuant to the procedures established in the TO Procedures incorporated into this contract, unless one of the exceptions at FAR 16.505(b)(2) applies.Pre-Performance Conference. A pre-performance conference shall be conducted with the using organization and contractor personnel within ten (10) calendar days of TO start date. The purpose of the pre-performance conference shall be for Government and contractor personnel to meet to review TO requirements, schedule, and expectations. A pre-performance conference may be required for exercised options or logical follow-ons upon request by the CO or COR.Payment Terms. The contractor shall be reimbursed for work performed at the awarded amount unless negotiations change that amount. If necessary, a time extension may be granted for each order delayed by the closure equal to the time of the closure, subject to the availability of funds. Those TOs that are designated as “mission essential” may require such personnel to work despite the base being closed.Task Order CloseoutFor TOs with no option periods. Upon submission of the final invoice in Wide Area Workflow, the CO will unilaterally de-obligate remaining TO funding.For TOs with Exercised Options. For TOs awarded on an option basis, do not code the invoice “Final” in WAWF but include a statement in the item description that the invoice is the final for that base or option period as appropriate.The final invoice, including at the end of each option period, shall include a breakdown by Contract Line Item Number (CLIN) showing totals expended for each CLIN, and shall show the final amounts expended for the prime contractor and all subcontractors.TO Completion Meeting. When specified in individual TOs, the contractor shall conduct a TO completion meeting with the using organization to present the results and conclusions of work performed under each TO.Travel RequirementsTravel within the local area or place of performance to attend meetings, conferences, seminars or perform work shall be considered a cost of doing business and shall not be separately reimbursed as a travel expense. Local area travel is defined as within fifty (50) miles radius of the primary place of performance. Travel outside the local area shall may be required at various locations within the CONUS and OCONUS in performance of TOs. Estimated travel requirements will be included in the TOs. The Government may provide a funded amount per TO or the estimated times, places and number of personnel to travel for each TO. Cost estimates will be calculated on a TO basis using the current rates posted on contractor travel must be approved by the OCO prior to its occurrence, unless alternative terms and conditions are established on the TO PWS. Contractors shall prepare LOIs in accordance with the template and instructions in this PWS and shall provide to the COR for coordination at least five (5) work days prior to travel. The COR will obtain CO approval and must provide that approval to the contractor prior to travel occurring. The Contractor shall submit a copy of the completed travel payment request to the OCO for approval prior to invoicing electronically via Wide Area Work Flow (WAWF). The travel payment request shall be submitted within sixty (60) days of completed travel. Upon completion of travel, the contractor shall submit a trip report detailing the meeting, survey, or briefing activities that occurred in accordance with the deliverable requirements of this PWS.Overseas Travel. If overseas travel is required, the contractor shall ensure contractor personnel have necessary travel documentation including passports and visas. The Government will not be responsible for costs associated with issuance and maintenance of passports. Other direct costs (ODC) associated with overseas travel other than normal travel costs (such as Defense Base Act insurance, special payments, etc.) shall be invoiced separately under the TO ODC CLIN.Allowable Travel Costs. Travel requirements are based on individual TOs and the cost of travel is reimbursable in accordance with the FAR 31.205.46 – Travel Cost. Generally, allowable travel costs are those for transportation, lodging, conference fees and per diem expenses. Receipts are required for lodging and transportation at a minimum. Reasonable and allowable contractor costs for travel requirements will be reimbursed under the Travel CLIN of the TO. Total travel costs shall not exceed allocated funding on the TO Travel CLIN. The contractor shall be required to travel predominantly using commercial air or other conventional modes to both CONUS and OCONUS locations. In some circumstances, the contractor may be required to travel using Government air. Air travel selections shall take into consideration economy and convenience for the Government. Contractors shall consider the potential savings by traveling via the Pensacola Airport instead of the Destin Ft Walton Beach Airport and the use of refundable versus non-refundable tickets when efficiency and mission requirements allow. Rental cars, when authorized, shall be compact car size unless justification is provided in advance. The contractor shall be responsible for making all travel arrangements and obtaining any passports and/or visas.Material RequirementsTOs that require the use of materials (other than Government-furnished) shall identify such material requirements in the Task Order Solicitation. Material purchases shall be authorized by the COR and approved by the COR prior to purchase. Funding for approved material expenditures shall be provided at the TO level. Competitive quotes from at least three vendors are required for material purchases of $5,000 or more. Receipts for material purchases shall be submitted with invoices. Material costs will be reimbursed IAW FAR Part 31, Cost Principles.TransitionBasic Contract. The contractor shall ensure a smooth transition with the incumbent SETA V contractors during the phase-in period in accordance with provisions in Section H. The contractors shall ensure a smooth transition with any contractors who are awarded a subsequent SETA VII contract upon completion of SETA VI.Task OrderIndividual TOs will outline the transition period for the associated services. The contractor shall utilize the transition period to ensure the required labor categories in each TO are filled on the first day of the performance of the TO (i.e., first day of performance after the agreed transition period). The contractor shall accomplish such tasks as hiring and training personnel, employee approval, and familiar with work sites, meeting with Government staff members and transitioning with outgoing contractor during the transition period.Upon completion or termination of a TO, another contract for substantially the same effort may be executed if the Government has a continuing need for the service. In the event that another contractor is selected as the “successor” contractor, it is mutually agreed and understood that the Government interest is best served through employment of the successor contractor of contractor employees who may be acceptable to the successor contractor and who otherwise elect to accept employment with the successor contractor.The contractor shall preserve and make available to the OCO, upon request, copies of all records and other documentation, developed or acquired under this contract or preceding contracts for this effort, regarding performance of the work required by this contract.The contractor shall cooperate fully with the Government and any successor contractor to ensure an orderly transition at the end of this contract. The contractor shall make available to the CO, upon request, the names, job titles, and duties of all employees who have worked under the TO and permit current employees to be interviewed for possible employment by a successor contractor. The contractor shall, upon request by the CO provide an orientation for a maximum of ten (10) successor contractor employees during the final sixty (60) days of this contract.The contractor shall establish agreements with its employees to do one or more of the following: equitably reimburse them for unused vacation time and sick leave at the end of the contract, or negotiate with the successor contractor and pay to that contractor compensation for vacation time and/or sick leave balance obligations assumed by the successor contractor or employer of employees with outstanding balances; or if sick leave balance entitlements have not vested, negotiate with the successor contractor and pay to that contractor compensation for vacation time balance obligations assumed by the successor contractor and transfer, without monetary consideration, employee sick leave balances, not to exceed successor contractor’s sick leave limitations.Release AuthorityRelease of reports, data, materials, or other information obtained or generated under this contract is not authorized unless written approval from the CO is provided.2.0 SERVICES SUMMARYThe table below outlines specific performance objectives and performance thresholds that will regularly be verified by Government personnel. Each performance objective represents a significant task identified in the basic contract PWS. The performance threshold briefly describes the minimum acceptable levels of service required for each objective. The thresholds are critical to mission success and the percentages shown indicate the minimum for acceptable (satisfactory) performance. The performance objectives and performance thresholds represent only the significant tasks outlined in the PWS and do not excuse the contractor from performance of other responsibilities identified in this PWS. Performance objectives will be monitored regularly by the COR and CO. Performance objectives may be added at the basic contract and/or TO level. During contract performance, service summary performance thresholds may be updated by mutual agreement of the parties.SS#PERFORMANCE OBJECTIVEPWSParagraphPERFORMANCE THRESHOLD(to receive Satisfactory Rating)01Provide Quality Service5.13, or as identified in the TOContractor receives no more than one validated customer complaint/ Corrective Action Report annually for the basic contract (or TO PoP). Contractor successfully resolvesvalidated customer complains within fourteen (14) calendar days of receipt, 100% of the time02Comply with all Security Requirements1.4, or as identified in the TOContractor submits 100% of employee clearances to COR and CO prior to performance start date. All security requirements are met and maintained 100% of the time. Zero security violations identified are identified annually for the basic contract (or TO PoP).03Provide Trained and Qualified Personnel4.6, or as identified in the TOContractor provides personnel with minimum qualification, education and certification requirements outlined in the contract, 100% of the time. Complete and accuratequalification packages are submitted by the Contractor within ten (10) days of TO issuance.04Timely and Effective Communication1.5.1, or as identified in the TOContractor provides monthly status reports. Contractor Program Manager (PM) holds quarterly meetings with the Government PM and CO to discuss TO status and any otherissues that arise on the performance of the contract.05Contractor met required delivery schedule. This element applies to contract performance including timelysubmission of all deliverables identified in the TO5.0, or as identified in the TONo more than one late deliverable semi-annually, and no more than five (5) days late. No more than one set of corrections/edits for accuracy or agreed to format quarterly; with all corrections accomplished within two (2) working days.06Costs for reimbursable items were accurately estimated and managed.As identifiedin the TOCosts were managed in a cost-effective manner. Costs incurred were consistent with estimated costs. Costdocumentation was adequate and easy to track.07Invoicing is timely and accurate to include submission of supporting documentation required for certification.TOs are promptly closed out after completion.1.6.3, or as identified in the TOInvoices were rejected no more than three (3) times in TO period of performance for non-compliance with submission of invoice backup requirements. Final certification delivered 120 days after TO end of performance 100% of the time.08Contractor maintains a stable workforce without disruption of service. The Contractor effectively retains personnel with the appropriate levels of education, experience and expertise to accomplishthe range of requirements described in the PWS/TO.1.5.6, or as identified in the TOContractor provides at least 80% of all CMEs/FTEs are filled at any given time and minimize employee turnover.09Perform Mishap ReportingContractor conducts on-time reporting on 100% of incidentsGOVERNMENT FURNISHED PROPERTYThe Government will provide, as necessary, a portion of or all of the GFP required as specified in the individual TOs. The Government will provide data in the form of paper copies and/or magnetic/optical media for each TO as required. All GFP shall be used exclusively for the purpose of this contract and shall be returned at its expiration.When a TO requires the contractor to work in a Government facility, the Government will furnish or make available working space, equipment and network access. Copies of required materials cited in the TO will be provided to the contractor in hard copy or soft copy. All materials will remain the property of the Government and will be returned to the COR or other designated representative upon request or at the end of the TO period of performance. Available GFP and facilities will be identified in each TO PWS. The contractor’s responsibilities for the GFP are outlined in the Government Property clause.GENERAL INFORMATIONWork HoursNormal work hours for contractor employees shall be scheduled in consonance with the duty hours of HQ AFSOC when on-site performance is required, unless otherwise specified in the TO. The normal duty hours for HQ AFSOC are between the hours of 0600 to 1800, Monday through Friday. The normal work week consists of forty (40) hours per week. However, if outlined in the TO, a normal work week may extend up to sixty (60) hours per week (e.g., twelve (12) hours per day versus eight (8) hours per day). The contractor is expected to propose the hours required to support the extended work hours in their FOPR. If contractor personnel are required to work outside the Government standard work hours, these instances will be specified in the TO.HQ AFSOC operates on an alternate work schedule program, and contractor employees may be authorized to work that schedule when it is consistent with the organization being supported and in agreement with the contractor’s company policy.Modified Work SchedulesContractor personnel may be required to participate in exercises (approximately two per year). The extent of participation may include role-playing, reacting to exercise injects based on the situation or exercise objectives. Contractor employees’ work may be interrupted or delayed due to safety or security drills, exercise participation, special events, training or actual emergencies. Contractor employees shall participate in all safety and security training or drills. The existence of emergency situations, contingency operations, special events, exercise participation, severe weather or any other similar circumstance may require contractor employees to operate on a modified work schedule (> eight (8) hours per day and/or forty (40) hours per week), including weekends and legal holidays IAW terms and conditions of TO.Legal HolidayThe prices/costs proposed for this contract shall include holiday observances; accordingly, the Government will not be billed for such holidays, except when services are required by the Government and are actually performed on a holiday. The contractor and all subcontractors shall be included in the observance of all Executive Orders releasing Government personnel from their duties. These additional holidays shall be billed in the same manner as the standard holidays (i.e. no adjustments will be made to firm fixed price TOs).The Government observes the following holidays:New Year’s DayMartin Luther King’s Birthday President’s DayMemorial Day Independence Day Labor Day Columbus Day Veteran’s Day Thanksgiving Day Christmas DayGovernment Down TimeBase Closures Due to Emergencies. The Wing Commander may direct a base closure of all or part of the base in response to an unforeseen emergency such as, but not limited to, adverse weather, Act of God such as tornado or hurricane, or a base disaster such as a natural gas leak or fire. When the directive is issued, contractor personnel may be officially dismissed. Upon dismissal, contractor personnel shall promptly and appropriately secure all Government- furnished property and evacuate in an expedient but safe manner.Base Closure Notification Procedures. After an official notification of a base closure at Hurlburt Field (or any other performance location specified in a TO) by the Wing Commander, the contractor is directed to Government in accordance with local base procedures. The contractor is responsible for notifying their employees of the base re-opening. If the decision to close all or part of the base is made during the duty day, the contractor shall follow the Wing Commander’s instructions as transmitted through official notification channels.Base or AFSOC Closure Due to Non-EmergenciesThe HQ AFSOC Commander or Wing Commander may elect to close all or part of the base for non-emergency reasons such as base open house, etc. In the event of a non- emergency Base or Headquarters closure, the COR and the contractor shall jointly choose a course of action within the following options:If there is a need for the service during the Base or Headquarters closure and a Government employee will be present, the contractor may continue to work on-site. Billing for meaningful work shall be at the labor rates awarded in the TO.If there is a requirement for work during the base or Headquarters closure but either a Government employee will not be present or access to the work area is not available, the contractor may work off-site provided meaningful work is accomplished. The contractor shall certify to the Government by letter within five (5) business days of returning to work the nature and scope of the work completed off-site. Billing will be paid at awarded rates.If there is not a requirement for the service during the scheduled Base or Headquarters closure, the contractor shall not work on the Government site or at an off- site location. The Government may grant a time extension for each order equal to the amount of time of the closure. Billing will be paid at awarded rates.If a Federally mandated holiday other than those listed in this PWS is granted to Federal employees, contractor employees shall observe the holiday. Billing will be paid at awarded rates.Place of PerformanceThe contractor may be required to perform work at Government facilities, its own facilities, or at other facilities. Generally, work will be performed at a Government facility. The individual TOs will specify the location where work is to be performed. Principal contract performance is at Hurlburt Field, FL. Other locations, both Continental United States (CONUS) and Outside Continental United States (OCONUS), will be specified in individual TOs. Work shall be performed at Government, prime contractor (hardware or software developer and/or producer), or subcontractor facilities, unless otherwise approved by the Government CO.Contractor TrainingThe contractor shall provide fully qualified personnel IAW job descriptions with the specified security clearances at the start of TO performance and shall maintain fully qualified/cleared personnel throughout the life of the TO performance. Commercially available training required to maintain technical proficiency and certifications will not be reimbursed by the Government.The Government anticipates all personnel will be fully trained on specified hardware/software systems at time of TO start, and will maintain currency on the specified systems during the TO period of performance. If the contractor requires hardware/software training to accomplish a TO award, the acquisition of this training shall be the contractor’s responsibility. If and when additional requirements are added by the Government during the TO period of performance, additional training at Government expense and on Government time may be requested at that time.The contractor shall not bill for travel costs associated with contractor employee training unless specifically required and authorized with the Ordering Contracting Officer (OCO) approval. Contractor may be allowed to attend Government-sponsored training at the contractor’s expense. If travel is involved, a no-cost LOI shall be completed and coordinated with OCO and the TO Contracting Office Representative (COR).Contractors may be required by the government to attend mandatory training in order to be qualified to work on TOs under this contract. Government-required training must be pre- approved by the OCO. The government may provide a funded amount per TO or the estimated number of personnel and course/conference registration information. The training shall be scheduled to ensure mission disruption is at a minimum, which may require alternate work schedules. Contractors shall attend all training required for in-processing and shall maintain annual training requirements. Any further required Contractor training shall include, but is not limited to, continued job proficiency training, organizational conflict of interest training, information assurance, anti-terrorism, computer and telecommunication equipment, individual readiness training, force protection and operational security (OPSEC) trainingCertificationsIn addition to the job description requirements, the Government may require additional certification requirements If outlined in the TO, the Contractor may propose the cost associated with the additional certification requirements as an Other Direct Cost (ODC).Performance of Services During Crisis or Contingency OperationsIAW Department of Defense Instruction (DoDI) 3020.37, “Continuation of Essential DoD Contractor Services During Crisis,” some SETA VI TOs may be designated as requiring Performance of Services During Crisis declared by the President, Secretary of Defense, or overseas combatant commander. Contractor personnel performing mission or emergency essential tasks will be considered mission or emergency essential personnel. Mission or emergency essential tasks will be determined at the TO level, at which time it will also be determined if a Mission Essential Plan will be required. The contractor and the Government shall comply with the requirements and responsibilities of DoDI 3020.37 and other requirements and responsibilities as follows:The contractor shall develop contractor contingency staffing plans for those tasks that have been identified as mission essential to provide reasonable assurance of continuation during crisis conditions.The contractor shall identify the employees supporting mission essential services who have military mobilization recall commitments and maintain adequate plans for replacing those employees in the event of mobilization.The contractor shall ensure information on contractor-employee benefits due to war exigencies (under 42 U.S.C. 1651, "Defense Base Act") is fully developed and provided in writing to all affected contractor employees.The contractor shall submit to the CO, for comment, formal company policies and procedures that effectively address its obligations pursuant to DoDI 3020.37 and documentation that all employees potentially affected thereby are sufficiently apprised of how those specific policies, procedures, and obligations may affect them.The contractor shall obtain written agreement from those employees (primary and as many backups as prudent planning requires) upon whom the contractor will depend to perform mission-essential services under this contract that such employee agrees to the obligations entailed in that mission essential performance.The contractor shall provide copies of any/all employee agreements to the Government upon request.In the event that continuation of mission essential support hereunder is required beyond the established completion date of this contract, the contractor shall cooperate with the Government to ensure continuation of that support through whatever contractual vehicle is determined to be legally available.Subject to the availability of space, contractor employees may be authorized to utilize military aircraft services at normal user rates in effect.When mission essential support requires deployment of contractor employees, the employees shall perform under policies established by the Theater Commander.In the event contractor employees are not allowed to deploy to support a mission, contractor employees shall provide familiarization and instruction to Government personnel on basic maintenance techniques for any equipment items deployed. For equipment that may be deployed, as identified by the COR or designated Government representative, the contractor shall maintain a spare kit to ensure that adequate spare parts are available to support deployable equipment in the event of a training or crisis situation and to support all other deployments. The COR or designated Government representative will authorize purchase of parts to support spares kits.The contractor shall brief employees regarding the potential danger, stress, physical hardships, and field living conditions that are possible if the employee deploys in support of military operations.The contractor, with COR or designated Government representative direction, may rotate contractor employees into and out of the theater, provided there is no impact to the mission. The contractor shall coordinate personnel changes with the COR or designated Government representative and the CO.At the request of the COR or designated Government representative, the contractor shall report its employees, including third country nationals, entering and/or leaving the area of operations by name, citizenship, location, Social Security Account Number (SSAN)/Common Access Card ID number(s), or other official identity document number. These reports shall be furnished to the COR or designated Government representative at both the departing location and the receiving location.All deployed contractor employees shall comply with pertinent Service and Department of Defense (DoD) directives, policies, and procedures. The contractor shall also ensure compliance with federal statutes, judicial interpretations, and international agreements (e.g., Status of Forces Agreements (SOFAs), Host Nation Support Agreements) applicable to US Armed Forces or US citizens in the area of operations. Host Nation laws and existing SOFAs may take precedence over contract requirements.The contractor shall provide and ensure that contractor employees possess the necessary and appropriate personal clothing and safety equipment to execute contract performance in the theater of operations in accordance with applicable directives for each location. The Government may provide safety equipment incidental to execute contract performance and will be detailed at the TO level.Deployed contractor employees shall conform to uniform requirements set by the combatant commander. The contractor employee shall sign for all issued organizational clothing and individual equipment, thus acknowledging receipt and acceptance of responsibility for the proper maintenance and accountability of issued organizational clothing and individual equipment. Upon completion of the deployment, the contractor shall ensure that all Government-issued clothing and equipment provided to contractor employees is returned to the Government issuing office.The contractor shall ensure that health and life insurance benefits provided to its deploying employees are in effect in the theater of operations and allow traveling in military vehicles.The contractor shall ensure that deploying employees are encouraged to make family care plans for any dependents.Before deployment, the contractor shall ensure that each contractor employee completes a DD Form 93, Record of Emergency Data, and returns the completed form to the COR or designated Government representative.The contractor shall provide employees who are medically fit and capable of enduring the rigors of deployment in the designated theater of operations. Contractor employees shall be required to undergo medical screening prior to deployment, which may include deoxyribose nucleic acid (DNA) sampling and panoramic x-rays taken for identification purposes. Dental x-rays may be substituted when the ability to take panoramic x-rays or DNA samples is not available.Deploying contractor employees shall carry with them a minimum of a 180-day supply of any medication they require.Contractor employees assigned to a crisis or danger area are expected to perform assigned duties under this contract or any extension thereof. Upon notification from the COR or designated Government representative, the CO may direct the contractor, at the contractor’s expense, to remove or replace any contractor employee failing to adhere to instructions and general orders issued by the Commander for the applicable location. If a contractor employee departs an area of operations without permission, the contractor shall ensure continued performance in accordance with the terms and conditions of the contract. Costs of retrieving contractor employees and obtaining replacement employees, if the contractor departs without COR or designated Government representative direction or permission, shall be the responsibility of the contractor and the replacement must be in place in accordance with Special Contract Requirements.All contractor personnel authorized to accompany U.S. Armed Forces deployed outside the United States must be accounted for in the Synchronized Predeployment and Operational Tracker (SPOT) Program located at . Contract performance at the deployed locations is subject to DoDI 3020.41, Contractor Personnel Authorized to Accompany the U.S. Armed Forces.The Government is responsible for providing information for all requirements involving deployment. The following responsibilities are in addition to those listed in above and will be accomplished in conjunction with the contractor. The COR or designated Government representative will:Provide the contractor with the anticipated work schedule. The COR or designated Government representative may alter the work schedule to ensure the Government’s ability to continue to execute its mission. The COR or designated Government representative will provide the contractor with the anticipated duration of the rm the contractor of all Chemical, Biological, Radiological and Nuclear (CBRN) equipment and Chemical Defensive Equipment (CDE) training requirements and standards.Provide the contractor employees with CDE familiarization training for the performance of mission essential tasks in designated high threat countries. This training shall be commensurate with the training provided to DoD civilian employees.Identify to the contractor all identification cards and tags required for deployment and will inform the contractor where the identification cards and tags are to be issued.Include provisions in operations or contingency plans to assume or supplement contractor-supplied essential services during crisis situations at the earliest opportunity, when members of the U.S. Armed Forces, DoD civilians, or host-nation resources can be identified to perform the essential DoD-contracted services. The Government shall ensure the contractor is aware of such replacement and transitioning plans.Provide the contractor employees with appropriate cultural awareness training for the theater if it is being provided to military personnel.Ensure that contractor employees are issued any required security clearances expeditiously. Security clearances are to be issued on a “need-to-know” basis.Set up procedures for contractor casualty notification and assistance that parallel those for military personnel as far as is legally permissible.OCONUS Mission Essential Contractor Services Salary Allowances, Differential, Danger PayDuring crisis situations, some technical and acquisition management support under this contract will be necessary to sustain mission essential services in accordance with PWS paragraph 4.8. As compensation for various adverse conditions which may be associated with the performance of such essential services in areas in/near declared hostile military action or areas with a high potential for terrorist activity, various pay allowances and differentials may be authorized and reimbursed under this contract. These allowances and differentials will be negotiated and payable under the appropriate OCONUS Reimbursable CLIN. Some allowances may apply to other than mission essential personnel for certain OCONUS locations. Definitions of the potential allowances and differentials are set forth herein.The determination of the amount of Differential Rates and Danger Pay authorized shall be based on the following:The OCO will utilize the United States Department of State Standardized Regulations (DSSR) Payment Tables for Differential Rates and Danger Pay as a guideline to determine the applicable Differential Rates and Danger Pay to be authorized. The CO will utilize the DSSR Payment Tables in effect at the time of deployment; subject to changes thereafter as determined by the urgency of the deployment, the length of the deployment and the facts and circumstances pertinent to application of the tables.The Differential Rates and Danger Pay shall be applied to the normal compensation of the contractor employee and not to any premium pay.There is an annual salary ceiling for the Differential Rate [5925(a)] as set forth in paragraph below. Annual salary ceilings do not apply to Danger Pay.Any Differential Rates and Danger Pay amounts shall be concurred with by the TO COR. The contractor shall ensure the appropriate CLIN has sufficient funds available to cover anticipated allowances.Pay premiums which may be negotiated for contractor employees deployed to OCONUS locations are analogous to the following federal employee entitlements:Differential Rates, when applicable, shall be applied In Accordance With (IAW) Title 5 U.S.C. 5925 (a), Post Differential:5925(a) – Additional compensation of up to 35% of the rate of basic pay for service at places in foreign areas where conditions of environment differ substantially from conditions of environment in the United States. If shown in the DSSR Payment Table, a federal employee is entitled to this differential rate after being deployed to one or more hardship posts after the 42nd day of such detail. As an exception to this rule, if shown in the DSSR Payment Table, a federal employee who serves for a period of 42 consecutive days or more on detail in specified countries may be granted the post differential at the prescribed rate for the number of days served, beginning with the first day of detail.Notwithstanding the rate of differential prescribed for the differential post, the per annum post differential rate at which payment is made shall be reduced, if necessary, so that the combined per annum post differential and basic compensation or post differential and salary authorized for the employee does not exceed the per annum salary authorized at Executive Schedule Level II.Danger Pay AllowanceUnder Title 5 U.S.C. 5928, a federal employee serving in a foreign area may be granted a Danger Pay Allowance on the basis of civil insurrection, civil war, terrorism, or wartime conditions, which threaten physical harm or imminent danger to the health or well-being of the employee. If Danger Pay Allowance is granted it will be reimbursed up to the limits stated in the DSSR Payment Tables in effect at the time of performance at the applicable location.Living Quarters Allowance (LOA)Under Title 5 U.S.C. 5923, LQA is intended to provide suitable, adequate, living quarters for the employee. The LQA is not available when government-owned or leased quarters are provided without charge.Cost of Living Allowance (COLA)COLA is a cost-of-living allowance under Title 5 U.S.C. 5924 granted to an employee officially stationed at a post in a foreign area where the cost of living, exclusive of quarters costs, is substantially higher than in Washington, D.C., and will be paid in accordance with the DSSR tables applicable to the location. There is no annual salary ceiling applied to COLA.Nothing herein shall be interpreted to obligate the Government to negotiate a pay premium in excess of statutory limitations applied to federal employees' pay in like circumstances. Likewise, any pay premium negotiated hereunder which is subsequently determined to be in excess of a statutory limitation applied to federal employees in like circumstances may be declared to have been null and void, subject to disallowance as a reimbursable cost under this contract, and recouped by the Government upon demand by the CO.Contractor Support of Contingency OperationsFor the purpose of this contract, contingency is defined as an unknown event, terrorist attack, natural disaster or other unanticipated event that requires additional support. Deployment is defined as unplanned travel of unknown duration in support of operations or in response to events such as terrorist attacks or natural disasters that involve an operation, location, command, or duty location that is different from the normal duty location. The Government will utilize applicable operating instructions in planning for contingency and deployed operations when Contractor support is required.At contract award, there are no known contingency or deployment operation requirements; however, if contingency or deployment situation arises, the Contractor shall support as outlined in each individual TO. The TO will outline the full requirements and any additional considerations (e.g., hardship differential, danger pay, etc.).OCONUS Logistics Support PrivilegesLogistics support privileges may be authorized for contractor personnel in overseas locations and will be outlined in the Appendix E, Letter of Agreement (LOA). Certain privileges listed below apply only to mission essential services in overseas areas during military crisis situations in accordance with this PWS. Authorized logistics support privileges will be within the discretion of the CO but in no event will such support exceed that permitted under the applicable Status of Forces Agreement (SOFA), or other controlling regulations. Such support to provide adequate logistical/personal benefit coverage may include but not limited to the following:Commissary (includes rationed items)AAFES Facility (Military Exchange) (includes rationed items)Military Banking FacilityMilitary Postal Services – APO (Personal Mail Only)Petroleum and Oil ProductsOfficers or Enlisted ClubArmed Forces Recreation FacilitiesClass VI (alcoholic beverages, includes rationed items)Customs ExemptionLegal Assistance (assistance with making wills and any necessary powers of attorney as permissible under Military Department regulations)Local government transportation for official government business (non-tactical vehicle)Local Morale/Welfare Recreation ServicesMortuary ServicesTransient BilletsPrivately Owned Vehicle (POV) license and registrationImmunization (e.g. Anthrax, Smallpox, Typhoid, Hepatitis A) in support of OCONUS (contractors are immunized with the same immunizations as the military commensurate with the requirement of the OCONUS location)Geneva Convention Identification Cards (DD Form 489), visas and country clearances and/or “Dog Tags” for identification purposesMedical CareIn accordance with DODI 3020.37, Continuation of Essential DoD Contractor Services During Crises, “contractors in a theater of operations are entitled to the same medical care as military personnel” to include but not limited to DNA samples, AIDS testing, and medical/dental/psychological examinations prior to deployment. Contractor employees may receive cost-free military physical examinations upon return from deployment.Insurance Requirements – Work on a Government InstallationThe kinds and minimum amounts of insurance required in accordance with FAR 52.228-5, “Insurance-Work on a Government Installation” are as follows (see FAR 28.307- 2):TYPELIMIT1Workers Compensation and Employer’s Liability2Comply with applicable Federal and State workers’ compensation and occupational disease statutes.If occupational diseases are not compensable under those statutes, they shall be covered under the employer’s liability section of the insurance policy for at least $100,000 shall be required, unless an exception applies at FAR 28.307-2.GENERAL LIABILITYBodily InjuryWritten on the comprehensive form of policy of at least $500,000 per occurrence.Automobile 3The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims.Aircraft public & passenger4When aircraft are used in connection with performing the contract, the contracting officer shall require aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater.Vessel5When contract performance involves use of vessels, the contracting officer shall require, as determined by the agency, vessel collision liability and protection and indemnity liability insurance.1 Contracting Officer may revise type(s) and limit(s) as required to meet specific contract conditions and or risk to the Government.Suggest legal review prior to award.2 FAR 28.307-2(a)3 Ref FAR 28.307-2(c)4 Ref FAR 28.307-2(d)5 Ref FAR 28.307-2(e)Before commencing work under this contract, the contractor shall notify the OCO in writing that the required insurance has been obtained. The OCO or COR shall be identified as the Certificate Holder on the Certificate of Insurance. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government’s interest shall not be effective. The Certificate of Insurance shall be submitted to the COR within thirty (30) days after contract award or prior to starting the first TO, whichever comes first. The Certificate of Insurance must be kept current as described:For such period as the laws of the State in which this contract is to be performed prescribe; or until thirty (30) days after the insurer or the contractor gives written notice to the COR, whichever period is longer.The contractor shall insert the substance of this clause, including this paragraph, in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The contractor shall maintain a copy of all subcontractors’ proofs of required insurance, and shall make copies available to the CO or COR upon request.Vacancy CreditsThroughout the performance of the TO, the contractor shall maintain continuous fill of positions. The contractor shall ensure that it maintains a minimum of at least eighty (80) percent of all CMEs/FTEs filled at any given time. Offeror shall monitor its overall fill rate for all TO award throughout the life of the contract.When vacancies occur, TO monthly payments shall be reduced commensurate with the reduction in Contractor Manpower Equivalent (CME) as awarded. Vacancy credit rates shall be established and negotiated at the time of TO issuance and prior to award. The contractor shall provide a standard formula for calculating payment reductions as part of its price proposal. The approved formula for calculating reductions shall be consistently applied when vacancies exist. The Contractor shall document reduction in the WAWF invoice description by including the following verbiage:“Monthly payment is reduced due to (Labor Category) vacancy from (dd - dd mm yy)," i.e., (Network Analyst) (1 - 10 Mar 15). Reduced monthly payments shall continue until the vacancy is filled with an equal or more qualified contractor employee approved by the CO; or other appropriate action is taken by the CO.Manpower ReportingThe contractor shall report ALL contractor labor hours (including subcontracted labor hours) required for performance of services provided under this contract for the Air Force and Army via a secure data collection site. The contractor is required to completely fill in all required data fields at . Reporting inputs will be for the labor executed during the period of performance for each Government fiscal year (FY), which runs 1 October through 30 September. While inputs may be reported at any time during the FY, all data shall be reported no later than 31 October of each calendar year. Contractors may direct questions to the CMRA help desk.Uses and Safeguarding of Information. Information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data.User Manuals. Data for Air Force service requirements must be input at the Air Force Contract Manpower Reporting Application CMRA link. However, user manuals for Government personnel and contractors are available at the Army CMRA link CONTROLQuality ControlThe contractor shall develop, implement and maintain a comprehensive Quality Control Plan (QCP) to identify potential and actual problem areas in providing specified requirement of the contract and documenting the resulting corrective action throughout the life of the contract. The Contractor shall provide the QCP to the CO at the Post-Award Conference for final review and acceptance. During the performance of the contract, any changes to the QCP shall be submitted to the CO and COR no later than 10 business days prior to the effective date of change. The basic intent of the plan is to document and outline that the Contractor is responsible for quality. All methods, procedures, and forms shall support this concept. Upon acceptance by the CO, the QCP will become an attachment to the contract. At a minimum, the QCP shall:Describe a method, acceptable to the Government, of identifying deficiencies in the quality of service performed under this contract before the level of performance becomes unacceptable, and address processes for corrective actions without dependence upon Government direction.Establish an inspection system covering all services required by this contract. This plan shall specify areas to be inspected, whether on a scheduled or unscheduled basis, and the name and title of the individual who will perform the inspection.Require documentation of all contractor quality control inspections and corrective actions be maintained by the contractor throughout the term of this contract. Copies of inspection documents shall be provided to the CO.Contain specific quality control techniques for contract services identified in the Services Delivery Summary. The quality control methods shall be comprehensive and adaptable to reporting systems of the QCP.Include a customer complaint feedback system for correction of validated complaints to inform the customer of corrections. The QCP shall describe how users, or other interested parties, may identify problem areas or situations to the contractor. The complaint resolution process shall provide effective review, tracking, and monitoring, of Government complaints and ensure that complaints are resolved within 14 calendar days of municationThe contractor shall be responsible for effective direct and indirect communications with the Government regarding performance of the contract. Regular meetings are expected to be held in person or via telecommunication. When practical, meetings to discuss contract performance may be held in conjunction with other regularly scheduled meetings.Post-Award Conference. The contractor shall host a post-award conference after award of the basic contract. The contractor shall coordinate the date, location and agenda with the Government. If outlined in the TO, the contractor may be required to support post-award conferences and meetings after TO award.Multi-Functional Team (MTF) MeetingsThe contractor shall host quarterly MFT meeting as either the contractor or Government’s facility. The Government shall coordinate on the meeting agenda. The contractor shall provide an agenda and minutes for the MFT meeting in accordance with the deliverables table of this PWS.If requested, the contractor shall support other meetings during the performance of the contract. Any additional meetings will be outlined in each specific TO.Contract DeliverablesThe contractor shall submit all deliverables as specified by the basic contract and each TO in accordance with the basic and TO PWS. The Deliverable Table below summarizes all deliverables required in this PWS. Additional deliverables may be added at the TO level as applicable.PWS ReferenceTitle of DeliverableFrequencySubmit To4.14Manpower ReportNLT 31 Oct each CYCO/COR5.2.3Multi-Functional Team (MTF) MinutesAs Required IAW TO PWSCO/COR5.6.4Safety & Health PlanWithin 10 days of awardCO/COR5.8Mishap ReportingIAW AFI 91-204CO/COR &Installation ISP Office IAW DD 2544.13Contingency PlanAs RequiredCO/COR5.15Quality Assurance PlanWithin 60 days of AwardCO/COR1.7Trip ReportsWithin 10 days of Travel CompletionCO/COR1.5.1Conference MinutesWithin 10 days of ConferenceCO/COR5.16Presentation MaterialsWithin 5 days of Presentation or AsRequestedCO/COR5.4Status ReportMonthlyCO/COR5.7OSHA 300A InformationNLT 15 JanuaryCO/COR5.11TO Level ReportingIAW TO PWSCO/COR5.12Contracting Level ReportingIAW TO PWSCO/COR5.13Monthly Status ReportMonthlyCO/COR5.14Manpower Mgmt ReportNLT 15th of each MonthCO/COR5.16Semi-Annual Progam Mgmt ReportSemi-AnnuallyCO/COR5.17Mgmt Expenditure ReportNLT 15th of each MonthCO/CORDocumentation. The SETA VI PWS establishes the SETA VI documentation requirements for contract management, and provides a menu of data deliverables for individual TOs. Each TO will specify the relevant data required from this menu to accomplish the task. All required reporting/documentation shall be developed, delivered, or presented as specified in either the SETA VI PWS or individual TO PWS.Status ReportThe contractor shall submit monthly status reports for each TO.Voluntary Protection Program (VPP)Applicable Contractors. These requirements apply only to contractors whose employees work more than one thousand (1,000) hours per quarter on a government installation.Days Away, Restricted, and/or Transfer Case Incidence Rate (DART). Number of recordable injuries and illness cases per 100 full-time employees resulting in days away from work, restricted work activity, and/or job transfer that a site has experienced in a given time frame.Total Case Incidence Rate (TCIR). Total number of recordable injuries and illness cases per 100 full-time employees that a site has experienced in a given time.Installation-Specific Safety and Health Standards. Hurlburt Field and Cannon AFB have been recognized under the Occupational Safety and Health Administration (OSHA) Voluntary Protection Program (VPP). VPP impacts all “applicable contractors” operating on Air Force Installations. It is the applicable contractor’s sole responsibility to ensure its employees and managers have a comprehensive understanding of VPP as well as full compliance with OSHA requirements (Public Law 91-596). Detailed information on VPP is available on the OSHA website at . Contractors, whether regularly involved in routine site operations or engaged in temporary projects such as construction or repair, must follow the safety and health rules of the installation or VPP site. Annual Reporting Requirements.Annual Reporting Requirements. Applicable contractors are required to provide their OSHA 300A information and TCIR/DART rates annually by 15 January to the CO for consolidation and submission as part of the installation’s annual VPP Safety and Health Management Report. This information shall be included in the January monthly report at the management level.Applicable Contractor’s Safety and Health Plan.Each applicable contractor must submit its safety and health plan and corresponding site safety checklist to the CO 10 days after contract award. The safety office will assist the CO to ensure that the contractor’s safety and health plan includes all required elements identified in the Performance Work Statement (PWS). The contractor’s plan shall include appropriate measures to ensure the contractor reacts promptly to investigate, correct and track alleged safety & health violations and/or uncontrolled hazards in contractor work areas. The plan shall:Demonstrate a management commitment to employee safety and health and identify the roles and responsibilities of Management, Supervisors, Employees, and Safety Coordinator;Identify applicable safety rules and regulations and identify the application of the safety and health plan to subcontractors;Include a worksite hazard analysis to include base-line hazard identification and required control measures;Include a job site analysis to include hazards of tasks required to control measures;Identify employee safety and health training requirements and the documentation process;Include a workspace inspection frequency, to include identifying the individual conducting the inspections;Include employee hazard reporting procedures;Identify individual(s) responsible for corrective action hazards;Identify first aid procedures and procedures for accident investigation and reporting;Identify emergency response procedures; and the process for tracking controlled hazards in contractor work areas.Mishap ReportingAn applicable contractor shall ensure its employees and subcontractors promptly report pertinent facts regarding mishaps involving reportable damage or injury to the AFSOC VPP Office and cooperate (IAW AFI 91-204) in any Air Force safety investigation. Cooperation will include toxicology testing. To ensure 100% compliance, this requirement will be added to the PWS as a Services Summary (SS).An applicable contractor is responsible for establishing these requirements for all subcontractors who qualify as applicable contractors under the resulting contract.Professional EmployeesProfessional employees are defined by FAR 22.1102 as: "members of those professions having a recognized status based upon acquiring professional knowledge through prolonged study.Examples of these professions include accountancy, actuarial computation, architecture, dentistry, engineering, law, medicine, nursing, pharmacy, and the sciences (such as biology, chemistry, and physics and teaching). To be a professional employee, a person must not only be a professional but must be involved essentially in discharging professional duties."TO Level ReportingTask requirements will be determined individually by the using organization or functional office and conveyed to the contractor via the TO PWS. Specific performance and data requirements will be specified in each TO. TO PWS will identify any additional required deliverables in accordance with Deliverables Table.Contract Level ReportingContract level reporting is identified in accordance with the Deliverables Table.Contracting Monthly Status ReportThe contractor shall provide a SETA VI Monthly Status Report, which may include items such as, accomplishments, innovations, challenges, problems, special interest items, or issues with limitation of subcontracting requirements, Organizational Conflicts of Interest, manpower, recruiting, security, or quality assurance at the contract or TO level. In accordance with Paragraph 5.5 of this PWS, include information to comply with the Voluntary Protection Program annual reporting requirement. The TO level monthly status report should also include any noteworthy accomplishments that exceed the PWS requirements to the benefit of the Government.Manpower Management ReportThe contractor shall provide a Manpower Management Report identifying the number of labor hours utilized for each labor category. The report shall identify annual and cumulative expenditures by TO for the entire contract period. The report shall also include TO Number; TO Period of Performance; Number of Contract Man-hour Equivalents (CMEs); Total Award Amount; Contract Administrator (CA); COR; Labor Category used; name of employee; Security Clearance; Start and End Date on TO. First submission is due no later than the 15th of the first month following contract award and by the 15th of each month thereafter. Report shall be submitted electronically (unprotected) and in hard copy to 765 SCONF.Quality Assurance Plan (QAP)The contractor shall submit a QAP within 60 calendar days of contract award for review and approval by the CO. The plan shall identify how management will monitor performance to ensure quality service is provided to the Government in accomplishing contract and TO requirements and shall address Voluntary Protection Plan requirements. The plan shall be updated as needed to ensure quality service is maintained throughout the contract performance period. CO review and approval is required for all revisions. The contractor’s QAP shall be applicable to all subcontractors and members of the contractor’s team.Semi-Annual Program Management Report (PMR)The contractor shall prepare and present a Semi-Annual Program Management Report that provides a brief description of the task, current status, expenditures to date, manpower information, total TO value, accomplishment, innovations, performance initiatives, and problem issues, if any, affecting performance. The report shall be provided in hard copy and PowerPoint slides for presentation to 765 SCONF, no later than 5 days prior to presentation or as requested.Management Expenditure ReportThe contractor shall develop and provide a Management Expenditure Report identifying total costs for Firm-Fixed-Price (FFP), travel, and material. The report shall identify monthly, annual, and cumulative expenditures by TO for the entire contract period. The worksheet shall be cumulative (include all TOs since contract start), divided by contract year, and shall show only those TOs started during a particular year. The report shall also identify compliance with FAR 52.219-14, Limitations on Subcontracting, by individual TO and cumulative for contract performance to date. First submission is due no later than the 15th of the first month following contract award and by the 15th of each month thereafter. Report shall be submitted electronically (unprotected) and in hard copy to 765 SCONF.Non-Displacement of Qualified WorkersConsistent with the efficient performance of this contract, the contractor and its subcontractors shall, except as otherwise provided herein, in good faith offer those employees (other than managerial and supervisory employees) employed under the predecessor contract whose employment will be terminated as a result of award of this contract or the expiration of the contract under which the employees were hired, a right of first refusal of employment under this contract in positions for which employees are qualified. The contractor and its subcontractors shall determine the number of employees necessary for efficient performance of this contract and may elect to employ fewer employees than the predecessor contractor employed in connection with performance of the work. Except as provided in paragraph (b) there shall be no employment opening under this contract, and the contractor and any subcontractors shall not offer employment under this contract, to any person prior to having complied fully with this obligation. The contractor and its subcontractors shall make an express offer of employment to each employee as provided herein and shall state the timewithin which the employee must accept such offer, but in no case shall the period within which the employee must accept the offer of employment be less than 10 days.Notwithstanding the obligation under paragraph (a) above, the contractor and any subcontractors (1) may employ under this contract any employee who has worked for the contractor or subcontractor for at least 3 months immediately preceding the commencement of this contract and who would otherwise face lay-off or discharge, (2) are not required to offer a right of first refusal to any employee(s) of the predecessor contractor who are not service employees within the meaning of the Service Contract Act of 1965, as amended, 41 U.S.C. 357(b), and (3) are not required to offer a right of first refusal to any employee(s) of the predecessor contractor whom the contractor or any of its subcontractors reasonably believes, based on the particular employee’s past performance, has failed to perform suitably on the job.In accordance with Federal Acquisition Regulation 52.222–41(n), the contractor shall, not less than ten (10) days before completion of this contract, furnish the CO a certified list of the names of all service employees working under this contract and its subcontracts during the last month of contract performance. The list shall also contain anniversary dates of employment of each service employee under this contract and its predecessor contracts either with the current or predecessor contractors or their subcontractors. The CO will provide the list to the successor contractor, and the list shall be provided on request to employees or their representatives.If it is determined, pursuant to regulations issued by the Secretary of Labor (Secretary), that the contractor or its subcontractors are not in compliance with the requirements of this clause or any regulation or order of the Secretary, appropriate sanctions may be imposed and remedies invoked against the contractor or its subcontractors, as provided in Executive Order (No.) 13495, the regulations, and relevant orders of the Secretary, or as otherwise provided by law.In every subcontract entered into in order to perform services under this contract, the contractor will include provisions that ensure that each subcontractor will honor the requirements of paragraphs (a) through (b) with respect to the employees of a predecessor subcontractor or subcontractors working under this contract, as well as of a predecessor contractor and its subcontractors. The subcontract shall also include provisions to ensure that the subcontractor will provide the contractor with the information about the employees of the subcontractor needed by the contractor to comply with paragraph 5(c), above. The contractor will take such action with respect to any such subcontract as may be directed by the Secretary as a means of enforcing such provisions, including the imposition of sanctions for noncompliance: provided, however, that if the contractor, as a result of such direction, becomes involved in litigation with a subcontractor, or is threatened with such involvement, the contractor may request that the United States enter into such litigation to protect the interests of the United States.CONFLICT OF INTERESTThe contractor shall not employee, hire, or contract with employees of the US Government or the DoD, either military or civilian, if such employment would create a conflict of interest. The contractor shall not employ any person who is an employee of the DoD, unless such person receives prior approval, in writing, from the CO. The contractor shall ensure that its employeesreceive training, with periodic refresher training, on how to avoid organizational conflict of interest.If outlined in the TO, contractor employees may be required to have access to or participate in the development of proprietary or source selection information (e.g. cost or pricing information, budget information or analyses, specifications or work statements, etc.). The contractor shall notify the CO immediately whenever it becomes aware that such access or participation may result in any actual or potential Organizational Conflict of Interest (OCI) and shall promptly submit a plan to the CO to avoid or mitigate any such OCI. The contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the CO, and in the event the CO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the CO may affect other remedies as necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI.To prevent (a) conflicting roles which might bias the contractor’s judgement or objectivity, (b) unfair competitive advantage to the contractor, and (c) the appearance of unfair competitive advantage, it is agreed by all parties that the contractor will be restricted in its future contracting with the Government to the extent described below:Due to all-encompassing involvement and subsequent comprehensive access to valuable and possible competition sensitive information, the contractor shall identify during the period of performance any direct knowledge that the contractor has gained, or had exposure to, because of this contractual relationship. A follow-up or sequel for SETA VI services is exempt from this prohibition. The contractor may request an exception to this prohibition (or may request to be excluded from competition on specific tasks under this contract) in the best interest of the Government on a case by case basis and only in instances where there is not an appearance that the contractor has an unfair competitive advantage or that the contractor’s objectivity may be impaired. Requests on behalf of subcontractors should be submitted before award of the subcontract.Wherever the contractor’s performance of this contract pertains to either hardware or software or to a given design approach to a specific requirement, the contractor (to include parent companies, subsidiaries, and affiliates), shall be precluded from providing to AFSOC or USSOCOM as a prime or subcontractor for: the subject hardware or software; development or analysis of that design; and any hardware or software to fulfill that specific requirement.If the contractor in the performance of this contract assists the Air Force or a contractor of the AF in the preparation of a PWS, or provides information leading directly, predictably, and without delay to the preparation of a PWS to be used in an AF acquisition, it is agreed by the parties that the contractor’s parent companies, subsidiaries, and affiliates may be ineligible to participate in any competition to obtain award of a contract to perform the work described within the said PWS as a prime or sub-contractor. This restriction, if established, shall be in effect until award of the next resulting contract.To the extent that the performance of work under this contract required or involved access to competition sensitive information as well as possible access to proprietary financial and/or technical data of other companies disclosed to the contractor in confidence, the contractor is required to protect such information or data from unauthorized use or disclosure so long as it remains proprietary and may be required to enter into a bilateral agreement with the originator of such information/data for its protection. The preceding sentence is not intended to protect alleged proprietary data furnished voluntarily by companies within limitations as to use, or which is available to the Government or contractor without restriction from other sources. Copies of agreements will be maintained by the contractor for inspection by the Government. The contractor shall immediately disclose to the CO knowledge of any such prohibited use or attempted use.The contractor agrees to accept and pursue to completion, all tasks identified here under and to ensure that its parents, subsidiaries, or affiliates do not thereafter enter into contractual agreements as prime contractors or first tier subcontractors which would create a conflict within the meaning of this clause, except as follows: If performance of a task could cause a conflict within the meaning of this clause with a contract or subcontract held by the contractor, its parent, subsidiaries or affiliates, which pre-existed the identification of the task to the contractor, the contractor must disclose the conflict to the CO. If the CO confirms that the conflict exists, the parties will consider the alternatives available to eliminate the conflict and mutually resolve it considering the relative burdens created by the prospective solutions.The restrictions in paragraphs above may be waived by the Secretary of the Air Force or a designee upon determination that failure to waive the prohibition would be prejudicial to the government’s interest. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download