PWS Format - Army



PERFORMANCE WORK STATEMENT (PWS)SYSTEMS AND WARHEADS FUNCTION LETHAL MECHANISM AND EFFECTS SUPPORT1.0 MISSION OBJECTIVE: 1.1The contractor shall provide technical expertise to meet mission requirements of the Systems and Warheads Function, Propulsion and Structures Division, Weapons Development and Integration (WDI) Directorate, Aviation and Missile Research, Development and Engineering Center (AMRDEC), U.S. Army Research, Development, and Engineering Command (RDECOM). Mission requirements to be supported consist of, warhead design, development, analysis; modeling, fabrication, production, test and evaluation for missile and rocket systems; integration of lethal mechanisms on systems to include anti-armor, air defense, Military Operations in Urban Terrain (MOUT), hypervelocity and other technology test bed demonstrations in support of the AMCOM mission; air and ground systems design and testing; fuzing support in the areas of electronic and mechanical safe and arm devices and target detection systems, and composites and materials for missile and aviation systems.1.2Contractor support shall consist of operation of government test and ancillary equipment for test and data reduction efforts and documentation of the test effort. These efforts customarily involve the design and testing of items that require material purchases by the contractor in order to meet mission requirements. Contractor access to an extensive array of government owned, highly specialized data processing and reduction equipment will be provided on a non-interference basis during regularly scheduled working hours. 2.0 PERFORMANCE REQUIREMENTS: 2.1Warhead Support 2.1.1The contractor shall provide support in the area of warhead technology consisting of analysis, design, fabrication, testing and evaluation of warhead systems and lethality components. This support encompasses all types of warheads to include shaped charges, air defense warheads, blast and fragment warheads, kinetic energy penetrators, thermobaric and enhanced blast munitions, directed energy, multi-purpose, and multi-mode warheads. Support for devices that use explosives or energetic materials as a mechanism such as in flight termination systems, target plate accelerators, projectile ejection or delivery systems, or other explosive systems is also required. (BPA SOW 3.26, WH3)2.2Fuze and Safe & Arm (S&A) Support 2.2.1The contractor shall provide support in the area of fuzing and safe and arm technology including proximity fuzes, contact fuzes, and other types of target detection devices. Support for safe and arming mechanisms consisting of electronic S&A’s, Mechanical S&A’s and electromechanical S&A’s is required. The contractor shall support definition, analysis and design of the arming signals and program microprocessor software in support of missile systems. These devices are used on air defense warheads, blast and fragmentation warheads, kinetic energy penetrators, multi-purpose warheads and other energetic devices. This support shall consist of analysis, design, fabrication, software evaluation, programming, testing and evaluation of fuze and safe & arm systems and other missile components. (BPA SOW 3.26, WH4)2.2.2 The contractor shall support the definition, design, and analysis of explosive, pyrotechnic, and other energetic components as well as explosive trains used in fuzes and rocket motor ignition systems for actuation and initiation functions. The contractor shall support the setup and operation of experiments using these energetic items, to include the design, construction, and operation of test apparatus, test instrumentation, and computer-controlled data acquisition systems; preparation of test articles; reduction, analysis, and database storage of experimental data; and documentation of experimental results. (BPA SOW 3.26, WH2)2.2.3 - The contractor shall prepare hazard classification documentation necessary for shipping and receipt of energetic components. (BPA SOW 3.26, WH4)2.2.4 - The contractor shall prepare technical briefings, test plans, test reports, specifications, interface control documents and other technical documentation. (BPA SOW 3.26, WH4)2.3System Effectiveness, Active Protective Systems (APS), and Counter Active Protection Systems(CAPS) 2.3.1The contractor shall provide support in the area of system effectiveness studies, APS, and CAPS for air and ground systems including wheeled vehicles, tracked vehicles, aircraft and other vehicles used to support the military. Support shall include lethality and survivability analysis of vehicles, buildings, structures, aircraft and ships and simulation and modeling of warheads, fuze systems, active protection systems and other related mechanisms. (BPA SOW 3.26, WH6) 2.3.2 The contractor shall provide definition, analysis, software, programming and design of the environments necessary for weapon systems evaluation support. This support consists of analysis, design, fabrication, testing and evaluation of these equipment systems and other missile components. (BPA SOW 3.26, WH6)2.4System Integration and Design (BPA SOW 3.26)2.4.1The contractor shall provide support in the area of system integration and design for air and ground systems as follows:2.4.1.1Analysis, design, fabrication, and program microprocessor software in support of missile systems; testing and evaluation of the systems necessary for weapon systems or technology demonstration; feasibility assessment or parametric studies in support of the AMCOM; other U.S. system technology demonstrations or foreign weapon systems.(BPA SOW 3.26, WH3)2.4.1.2Provide technical support for developing and evaluating the feasibility of advanced or unique concepts for improving missile and rocket performance; for expanding the capability of missiles and rockets through adapting new warheads, new fire control; or other applications of technology transfer to perform additional mission, reduce cost, or enhance logistics support capability. (BPA SOW 3.26, WH3)2.4.1.3Support through literature research or performing computations to set performance boundaries; preparation of briefing material to describe the concept or technique being considered; developing draft P3I Plans, White Papers, and other written material as required to develop and communicate these advanced or unique concepts. (BPA SOW 3.26, WH3)2.4.1.4Prepare cost estimates for proposed programs, proposed test programs/plans, technical risk assessments, mitigation strategies and other tasks related to the program management aspect of new system development. (BPA SOW 3.26, WH1)2.4.1.5Participate in meetings, telecoms, and other forums where the Army requires support in the furtherance of the goals of current or proposed effort (such as briefings to senior Army personnel, potential foreign government customers, or contractors); developing hardware that is involved with the new or unique concept or system development. (BPA SOW 3.26, WH2)2.4.1.6Conduct mechanical design studies and trade-off analyses on various types of missiles or rockets and subsystems. (BPA SOW 3.26, WH2)2.4.1.7Generate electronic solid models (Computer Aided Design (CAD) of proposed missile systems, demonstration missile systems, and fielded missile systems to support feasibility studies, proposed changes/improvements and resolve technical issues. This shall entail the detailing of component parts and assemblies/subassemblies, as appropriate, with the associated drawings with specifications and tolerance requirements that are required to fully document the drawing package. Prepare engineering drawings IAW DI-DRPR-80651 as directed in individual task options. These models shall be compatible with the latest version of software in use by the Weapons Development and Integration Directorate. (BPA SOW 3.26, WH2)2.4.1.8Prepare reports on the predicted mass properties of the system and components under development or evaluation including, as appropriate, mass changes throughout the flight trajectory. (BPA SOW 3.26, WH6)2.4.1.9Support the design development process through preparation of rapid prototypes of full size or scaled components, subsystems or simplified systems to aid the visualization of complex interfaces or physical subsystem interactions. (BPA SOW 3.26, WH1)2.4.1.10Perform analysis, design, fabrication, test and evaluation of missile and rocket system structural components and subsystems. (BPA SOW 3.26, WH3)2.4.1.11Provide support for the fabrication, integration and assembly, preparation of assembly and test plans, test, and data reduction of proposed missile systems, demonstration missile systems, and fielded missile systems. Test Plans shall be IAW DI-NDTI-80566. (BPA SOW 3.26, WH3)2.4.1.12Prepare test and associated hardware for shipment, instrumentation, and data acquisition necessary for test and laboratory facilities. Prepare and ship expended test hardware. (BPA SOW 3.26, WH5)2.4.1.13Perform data reduction and processing operations at Government facilities involving all data type mediums. (BPA SOW 3.26, WH3)2.4.1.14Participate in meetings and activities to address the strategic planning and organizing of system or subsystem enhancement programs. (BPA SOW 3.26, WH2)2.4.1.15Perform preliminary analysis and evaluation of system improvement concepts. (BPA SOW 3.26, WH6)2.4.1.16Analyze and evaluate process improvement issues concerning application of modern technology to solve operational, logistical and life cycle problems. (BPA SOW 3.26, WH1)2.4.1.17Provide independent cost analysis for potential system enhancement programs, make recommendations for budget formation preparation and conduct affordability analysis and planning recommendations for management of system development, including production with test requirements for the system and subsystem qualification. (BPA SOW 3.26, WH2)2.4.1.18Provide technical subject matter expertise for component integration of enabling technologies and conceptual system definition for operational requirements, needs, and system transformation, to include, but not limited to analysis of alternatives, conceptual planning, modernization trade studies, and system technical risk analysis and assessments. (BPA SOW 3.26, WH2)2.5Composites and Materials Support for Missile and Aviation Systems 2.5.1The contractor shall provide support in the area of composite and materials technology as follows:2.5.1.1Analysis, design, fabrication and testing of composite structures and associated hardware. (BPA SOW 3.20, AW 1)2.5.1.2Mechanical property and service life testing of composite structures and operation and maintenance of high-pressure hydro-burst system and facility. (BPA SOW 3.20, AW 2)2.5.1.3Operate filament winding machines, hydraulic presses, autoclaves, ovens, furnaces, chambers, and other test equipment and machine shop equipment. (BPA SOW 3.20, AW 1)2.5.1.4Review specifications and standards to determine commercial equivalents and hazardous materials in support of pollution prevention efforts. (BPA SOW 3.20, AW 1)2.5.1.5Evaluate bonded joints, corrosion prevention and control methods, materials, and determine causes of corrosion of specific missile system components. (BPA SOW 3.20, AW 1)2.5.1.6Support corrosion prevention and control (CPC) efforts of missile corrosion integrated product teams. This support shall be for CPC efforts such as corrosion data collection and analysis, field visits and surveys, corrosion assistance team visits, and corrosion training and database inputs. (BPA SOW 3.20, AW 1)2.5.2The contractor shall support the Army Aviation Category I Product Quality Deficiency Reporting (PQDR) Program in the areas of failure analysis, laboratory support, and coordination as follows: (BPA SOW 3.20, AW 2)2.5.2.1The contractor shall use the following analytical equipment: Scanning Electron Microscope (SEM), Energy Dispersive Spectroscopy (EDS), Fourier Transform Infrared (FTIR) Spectroscopy, and Rockwell-type hardness testers, micro-hardness testers, conductivity testers, carbon/sulfur analyzers, hydrogen analyzers, Optical Emission Spectroscopy (OES), Atomic Emission Spectroscopy (AES), X-ray Fluorescence (XRF) and X-ray Diffraction (XRD) systems to perform tasks as required .(BPA SOW 3.20, AW 2)2.5.2.2The contractor shall use the following techniques: sectioning, metallography, stereomicroscopy, paint and Corrosion Preventative Coating (CPC) removal, and photographic documentation to perform tasks as required. The contractor shall possess knowledge, experience, and proficiency with the following concepts: fractography, root cause analysis, and structure-properties-performance relationships of materials to perform tasks as required. (BPA SOW 3.20, AW 1)2.5.2.3The contractor shall: evaluate technical drawings, parts lists, and procurement packages to determine material, dimensional, and performance requirements; interpret American Society for Testing & Materials (ASTM), Aerospace Material Specifications (AMS), Military (MIL), and prime material specifications; use Microsoft Word, Microsoft PowerPoint, Adobe Photoshop, and Adobe Acrobat to prepare detailed reports identifying circumstances of failure, teardown analysis, root cause analysis, conclusions and recommendations to perform tasks as required. (BPA SOW 3.20, AW 1)2.5.2.4The contractor shall use Non-Destructive Testing (NDT) techniques and their interpretation, dimensional metrology techniques, tension testing techniques, torsion testing techniques, and fatigue testing techniques to perform tasks as required. (BPA SOW 3.20, AW 2)2.5.2.5The contractor shall create, modify, troubleshoot, and serve as database administrator for the Microsoft Access PQDR database to include tracking and documenting all shipping records within the database; investigation; report review cycle and PQDR exhibit activity; creating initial records and entering data to document progress of each PQDR investigation; monitoring and entering external database data into the PQDR database; providing current status, historical queries and metric data as required, and performing weekly audits of the status of all PQDR investigations. (BPA SOW 3.20, AW 2)2.5.2.6The contractor shall perform routine and preventative maintenance on lab equipment and be the Point of Contact (POC) with the lab equipment Original Equipment Manufacturer (OEM) for routine and non-routine maintenance, maintain chemical and supply inventory as well as current Safety Data Sheet (SDS) library. (BPA SOW 3.20, AW 2)2.6Survivability 2.6.1The contractor shall provide support in the area of survivability as follows: analysis, design, fabrication and testing of Active Protection Systems (APS) related to protecting Lightly Armored Vehicles (LAV), Tactical Wheeled Vehicles (TWV), and Aircraft. System design and integration for demonstrations requires technical support in all technical areas previously described. In addition, knowledge of specific APS issues related to system design, evaluation and testing is required. Analysis includes the use of analytical models, CAD software, and Hydrocodes like CTH and ALE3D. (BPA SOW 3.26, WH3)2.7Failure Review Board (FRB) 2.7.1The contractor shall provide support in the area of FRB through the analysis, design, fabrication and testing of hardware to address failures and safety/reliability compliance issues related to rocket and missile system production programs. (BPA SOW 3.26, WH3)2.8Safety2.8.1The contractor shall establish, conduct and maintain a comprehensive safety program for assigned personnel commensurate with the work tasks/operations performed and associated risks, and in compliance with DOD, Army, AMC, OSHA, EPA, Federal, State, and local Government Safety, Health and Environmental protection regulations and requirements for accident prevention to include observing, monitoring, reporting, oversight and record keeping requirements. Applicable documents include but are not limited to: AR 385-10, The Army Safety Program.AMCR 385-10, U.S. Army Materiel Command (AMC) Safety Program.RDECOM Regulation 385-10, U.S. Army Research, Development and Engineering Command Safety Program.DA Pam 385-64, Ammunition and Explosive Safety Standards.AMC Regulation 350-4, Training and Certification Program for Personnel Working in Ammunition Operations.FAR Clause 52.236-13, Accident Prevention.2.8.2The contractor shall be responsible, together with the Government, for ensuring Safety, Health and Environmental statutory and regulatory compliance. This is a shared responsibility but does not relieve the contractor from fulfilling its responsibilities as outlined above. The contractor shall take all necessary and immediate precautions to protect personnel and property in the event unsafe or hazardous conditions are discovered. The contractor shall provide documentation or applicable information that demonstrates their ability to safely conduct support tasks in compliance with Government Safety, Health and Environmental protection requirements. The contractor shall: Provide a Corporate Safety Plan/Manual that identifies the contractor’s Safety Program and defines how required compliance is achieved and maintained; and, how the contractor through hazard identification, assessment, management, abatement and accident prevention, intends to protect the life, health, and well being of all contract-support employees. Communicate and interface with Government COR and AMRDEC safety personnel as required to ensure safety and health requirements compliance are established and maintained. Participate in safety review meetings twice a year with the COR, Program Manager, Contractor’s Safety Representative, AMRDEC Safety Office, and others as necessary. c. Maintain Emergency Response and Accident/Incident reporting procedures for their employees.d.. Provide trained, qualified, experienced and technically proficient personnel to perform contract work tasks/operations Ensure contractor personnel working with, in or around explosives operations or test activities complete the required level of explosives safety training IAW AMC Regulation 350-4 and AMRDEC Explosives Safety training requirements prior to commencing work. This shall include licenses and certifications, for qualified material and handling operators. Develop a plan and process for identifying employees, job types, employee training needs, and compliance with qualification/certification requirements as assessed for each hazardous work task/operation. Keep current all personnel training (including annual refresher), licensing, certifications and qualifications as required to perform hazardous work tasks/operations requiring such, and maintain all associated records for Government review and acceptance. e.. Support facilities, equipment, and operation specific Job/Activity/Safety Hazard Analyses and risk assessments and shall support compliance of all Government safety, health and environmental requirements in facilities, equipment, tests, and operations. Provide support for preparing, submitting and implementing test reports, plans, investigations, SOPs, Interim Hazard Classifications, Explosives Site Licenses, and Site Planning requirements and related requests for applicable facilities, tests and operations. Participate in Hazardous Analyses Working Groups. f. Be responsible for providing all needed personal protective equipment (PPE) and associated instruction/training, and required health and medical evaluations, examinations, screenings and surveillance in performance of work tasks/operations.g. Ensure SOPs developed by the Government for hazardous operations identify levels of responsibility and risk acceptance for operations and contract tasks performed by contract-support employees. The Government is ultimately responsible for the development and content of an SOP for a Government operation or work task, and the contractor must ensure and verify compliance with applicable SOP requirements for protection of their personnel involved to meet safety and health obligations. h. Ensure no contractor supplied equipment, devices or materials are brought into the Government workplace without prior approval of the COR or designated Technical Monitor.3.0 TRAVEL: 3.1Travel may be required in performance of this PWS. The contractor must receive approval from the COR prior to performing any travel. A trip report is required IAW DI-ADMIN-81505 (CDRL A006). 3.2The contractor must receive written clearance from the Contracting Officer prior to any contractor employee utilizing or driving any Government vehicle or material handling equipment. The Contracting Officer will require validation of required licensing and certifications, if applicable.4.0 SECURITY: 4.1The contractor shall ensure all employees, to include subcontractor employees, requiring access to government installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: contractor shall ensure all US based contractor employees and associated subcontractor employees traveling overseas to be made available and to receive government provided area of responsibility (AOR) specific AT awareness training as directed by AR525-13. Specific AOR training content is directed by the combatant commander with the unit ATO being the local point of contact.4.3The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 15 calendar days of contract award and within 15 calendar days of new employees’ commencing performance, with the results reported to the COR no later than 30 calendar days after contract award.4.4All contractor and subcontractor employees who have an area of performance within an Army controlled installation, facility or area shall comply with applicable Installation, facility and area commander installation/facility access and local security policies and procedures. Contractor and subcontractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.4.5The contractor and subcontractors shall comply with FAR 52.204-2, Security Requirements and DD254, Contract Security Classification Specification. This clause involves access to information classified “Confidential,” “Secret,” or “Top Secret”, and requires contractors to comply with –(1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); any revisions to DOD 5220.22-M, notice of which has been furnished to the contractor.4.6The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer, per AR 530-1, Operations Security. This SOP/Plan will specify the government’s critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who will be an OPSEC Coordinator. The contractor will ensure that this individual becomes OPSEC Level II certified per AR 530-1.4.6.1Per AR 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of reporting for duty. All contractor employees must complete annual OPSEC awareness training.4.7All contractor and subcontractor employees who are to be given access to a government information system must be registered in the Army Training Certification Tracking System within 5 workdays of assignment to subject contract. 4.8All contractor employees and associated sub-contractor employees must also successfully complete the DOD Information Assurance Awareness training within 5 workdays of assignment to subject contract and then annually thereafter.4.9The contractor shall provide security to a level necessary to meet the requirements of the tasks requested. Contract personnel shall retain a SECRET level clearance for the duration of the task order. Per specific individual task instructions, the contractor shall be required to obtain a TOP SECRET (TS) facility clearance in order to have access to and handle Sensitive Compartmented Information (SCI). The contractor will be authorized to receive and generate classified information at the TS and SECRET levels; however, the contractor will not be required to store SCI and TS information at their facility. The contractor shall comply with all applicable security classification guides.5.0 GOVERNMENT FURNISHED PROPERTY: 5.1Unless otherwise indicated via TI or other written instruction from an appropriate Government employee (ie, the Contracting Officer), the contractor personnel shall perform this effort on-site at the applicable Redstone Arsenal, AL buildings. The contractor personnel shall perform all tasks using their resources except as follows: The Government will provide access to office space, furniture, telephone services, and normal office supplies; computers; computer network access; and peripheral equipment. Access to networked engineering applications will be provided.5.2As required for a specific task, project, effort or technical instruction the Government will provide access to the following test and laboratory facilities located at Redstone Arsenal, AL: a.Systems and Warheads Function, b. Weapons Development and Integration Directorate Support Facilities, c. Rocketball Model on a Wire Test Fixture, Redstone Arsenal Airfield, d.UAH Aerophysics Research Center, e. Thermobaric Characterization Facility at the Redstone Technical Test Centerf. Weapons Development and Integration Directorate Explosive Characterization g. Aerospace materials Function facilities, 5.3Mission requirements may dictate that the contractor provide support at various other locations necessary to accomplish the mission. These areas include, but are not limited to, test ranges, other contractor facilities, and Government installations not located at Redstone Arsenal, AL. Contractor support may be provided at remote locations, which may be located CONUS or OCONUS, for extended periods of time up to the duration of the specific task.5.4 Wireless devices will be provided to the contractor for performance of this task order.6.0 DELIVERABLES: Data provided shall be delivered as follows:6.1Status Report/Trip Report IAW CDRL A001, Data Item Number DI-MGMT-803686.2Technical Report Study/Services IAW CDRL A002, Data Item Number DI-MISC-805086.3Contractor’s Progress, Status and Management Report shall be submitted monthly IAW CDRL A003, Data Item Number DI-MGMT-802276.4Presentation Material IAW CDRL A004, Data Item Number DI-ADMN-813736.5Technical and Management Work Plan IAW CDRL A005, Data Item Number DI-MGMT-811176.6Report, Record of Meeting/Minutes IAW CDRL A006, Data Item Number DI-ADMN-815056.7Scientific and Technical Reports IAW CDRL A016, Data Item Number DI-MISC-807116.8Computer Software Product End Items IAW CDRL A017, Data Item Number DI-MCCR-807006.9Test Plans IAW CDRL A025, Data Item Number DI-NDTI-805666.10Engineering Change Proposals IAW CDRL A026, Data Item Number DI-MCAN-806396.11Engineering Drawings IAW CDRL A029, Data Item Number DI-DRPR-806516.12Product Drawings and Associated Lists IAW CDRL A032, Data Item Number DI-DRPR-810006.13Commercial Item Descriptions IAW CDRL A033, Data Item Number DI-SDMP-812616.14Software Users Manual IAW CDRL A047, Data Item Number DI-IPSC-814436.15Training Conduct Support Documents IAW CDRL A052, Data Item Number DI-ILSS-81523All items fabricated during execution of this contract shall be delivered to the Government. This shall include specialized tooling, jigs and fixtures obtained with this contract’s resources.7.0 ACCOUNTING FOR CONTRACTOR SUPPORT: 7.1The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this task order for the AMRDEC, Weapons Development and Integration Directorate “Systems and Warheads Function Lethal Mechanism and Effects Support” via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: , and then click on “Department of the Army CMRA” or the icon of the DoD organization that is receiving or benefitting from the contracted services.7.2Reporting inputs will be for the labor executed during the period of performance duringeach Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk byclicking on “Send an email” which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component’s CMR website.8.0 PERFORMANCE OBJECTIVES/METRICS: The performance objectives, metrics, and incentives discussed below have been established for utilization under EXPRESS task orders and are set forth at Appendix A, Performance Requirements Summary Matrix. Utilization of different objectives/metrics will require the development of a separate task order Quality Assurance Surveillance Plan. 8.1 This performance-based service task order incorporates the following performance objectives: (1) Delivery of high quality technical performance; (2) Adherence to TO schedule, milestone, and delivery requirements; and (3) Efficient and effective control of labor resources. It is the contractor’s responsibility to employ the necessary resources to ensure accomplishment of these objectives. The Government’s assessment of the contractor’s performance in achieving these objectives will utilize the standards, acceptable quality levels, surveillance methods, and performance incentives described in the Performance Requirements Summary matrix set forth in Appendix A. The performance incentives will be implemented via the Government’s past performance assessment conducted in accordance with Part 42 of the Federal Acquisition Regulation (FAR), as applicable, and the “Task Order Performance” criteria of the annual award term evaluation, Basic BPA provision 45. 8.2. The performance objectives, standards, and acceptable quality levels shall be applied on a TO basis with performance incentives to be implemented on an annual basis. The Government will conduct informal interim counseling sessions with the contractor’s Program/TO Manager to identify any active TO performance that is not meeting the acceptable quality levels. These sessions will be conducted at least on a quarterly basis in order to provide the contractor a fair opportunity to improve its performance level.8.3 The Control of Labor Resources criteria will be reflected under the “Cost” category of the performance assessment. Although the criteria of Business Relations and Management of Key Personnel are not specifically included in the Performance Requirements Summary Matrix, the overall performance assessment will continue to include these criteria.8.4. The contractor will be notified, in writing, of the Government’s determination of its performance level for each performance objective including all instances where the contractor failed to meet the acceptable quality level. APPENDIX APERFORMANCE REQUIREMENTS SUMMARY MATRIXPERFORMANCE OBJECTIVEPERFORMANCE STANDARDACCEPTABLE QUALITY LEVEL (AQL)METHOD OF SURVEILLANCEPERFORMANCE INCENTIVEHigh Quality Technical PerformanceTO requirements met with little rework/re-performance required and with few minor and no significant problems encountered Performance meets all technical and functional requirements, and is highly responsive to changes in technical direction and/or the technical support environmentAssessments, evaluations, analyses, recommendations, and related input are thorough, reliable, highly relevant to TO requirements, and consist of substantial depth and breadth of subject matterDeliverable reports contain all required data and meet all applicable CDRL requirements Contractor delivery of products and/or services meets all TO requirements. Performance occurs with no required re-performance/ rework at least 80% of time. Problems that are encountered are minor and resolved in a satisfactory manner. Routine Inspection of Deliverable Products/ServicesAssignment of performance rating for QUALITY criteria:EXCEPTIONALPerformance and deliverables meet all and exceed many TO requirements. Performance delivered with no required re-performance/rework at least 95% of time; problems that are encountered are minor and resolved in a highly effective manner.VERY GOODPerformance and deliverables meet all and exceed some TO requirements. Performance delivered with no required re-performance/rework at least 90% of time; problems that are encountered are minor and resolved in an effective manner.SATISFACTORYPerformance and deliverables meet all TO requirements. Performance delivered with no re-performance/rework at least 80% of time; problems that are encountered are minor and resolved in a satisfactory manner.MARGINALSome TO requirements not met and/or performance delivered with re-performance/rework required more than 20% of time. Problems encountered were resolved in a less than satisfactory manner. UNSATISFACTORYMany TO requirements not met. Numerous re-performances/rework required. Substantial problems were encountered and inadequate corrective actions employed.Adherence to ScheduleTO milestones, periods of performance, and/or data submission dates are met or exceededContractor meets TO delivery requirements at least 80% of the time (excluding gov’t caused delays)Routine Inspection of Deliverable Products/ServicesAssignment of performance rating for SCHEDULE criteria:EXCEPTIONAL TO milestones/ performance dates met or exceeded at least 100% of time (excluding government caused delays)VERY GOOD TO milestones/ performance dates met or exceeded at least 90% of time (excluding government caused delays)SATISFACTORY TO milestones/ performance dates met or exceeded at least 80% of time (excluding government caused delays)MARGINAL TO milestones/ performance dates met less than 80% of time (excluding government caused delays)UNSATISFACTORY TO schedule/performance dates met less than 70% of timeControl of Labor ResourcesContract labor mix is controlled in efficient and effective manner Actual TO labor resource mix is maintained within 20% of originally awarded TO resource mix Routine Inspection of TO Performance, Performance/Cost Reports, Payment InvoicesAssignment of performance rating for COST CONTROL criteria:EXCEPTIONAL Actual TO resource mix maintained within 10% of originally awarded TO resource mix VERY GOOD Actual TO resource mix maintained within 15% of originally awarded TO resource mix SATISFACTORY Actual TO resource mix maintained within 20% of originally awarded TO resource mix MARGINAL Actual TO resource mix maintained within 25% of originally awarded TO resource mix UNSATISFACTORY Actual TO resource mix exceeds 25% of originally awarded TO resource mix ................
................

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

Google Online Preview   Download