GSA

 PERFORMANCE WORK STATEMENT (PWS) FOR AVIATION AND MISSILE RESEARCH, DEVELOPMENT, AND ENGINEERING CENTER (AMRDEC) ENGINEERING DIRECTORATE (ED) TECHNICAL RESEARCH, DEVELOPMENT AND ENGINEERING SUPPORT *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.* 1.0 MISSION OBJECTIVE: The objective of this task order is to provide the full range of technical research and development activities and support including engineering, fielding, sustainment, and all associated subject matter expertise for projects and systems supported by the AMRDEC ED. The ED provides the complete range of life-cycle engineering, program operations, and technical and research support to programs and products on behalf of a diverse and expanding customer base including Department of Defense, Department of State, other Government Agencies, and Foreign Military Sales (FMS). ED’s life-cycle support activities include the research, design, development, production, acquisition, test, delivery, sustainment, modification, upgrade, and reclamation of supported aviation, missile, ground, sea, and soldier systems and all associated development, production, and sustainment support equipment. The unique aspect of this effort is that these life-cycle support functions will be performed from an end-user’s perspective. The AMRDEC ED is dedicated to providing real time engineering support to the Warfighter. 1.1 APPLICABLE DOCUMENTS: Applicable top level documents cited in this SOW are identified by number, version, title, date, and category in the Document Summary List (DSL), an attachment to the Contract. The document versions specified on the DSL take precedence over the generic references (without revision letters) cited in the SOW. 2.0 PERFORMANCE REQUIREMENTS: Within ED’s broader technical support role, this task order will support the directorate’s core functions as well as specific requirement areas. Supported ED core functions will l include: 3.19 - Technical Management/Systems Engineering, 3.16 - Production Engineering, 3.12 - Manufacturing Technology, 3.24 - Test & Evaluation, 3.15 - Product Assurance, 3.23 – Technical Data, 3.24 – Test & Evaluation, 3.25 – Test, Measurement & Diagnostics Equipment (TMDE) Engineering, and 3.8 – Industrial Operations. 2.1 The individual Technical Direction will indicate whether the tasks will be performed at contractor or Government facilities. Travel and task performance may be required within the continental United States (CONUS). Infrequent outside the United States (OCONUS) travel may also be required. The contractor shall provide the necessary skilled personnel, technical support, equipment, and materials to meet the objectives and technical requirements in this PWS, as further specified in the Technical Direction. The contractor personnel shall be permitted to speak with foreign representatives from countries as described in individual Technical Direction. When directed to do so by the Government customer, companies performing services under this contract will be required to transfer technical data and/or services, as defined in the International Traffic in Arms Regulations (ITAR), to non-US parties who have or are in the process of purchasing AMRDEC managed weapons systems through the FMS program. For each Technical Direction issued under this contract, the contractor shall prepare status reports and funds and man-hour expenditure reports. A status report shall be prepared and delivered in accordance with (IAW) DI-MGMT-80368, Contract Data Requirement List (CDRL) A001. A Contractor’s Progress Status and Management Report shall be prepared and delivered IAW DI-MGMT-80227, CDRL A003. The contractor shall be required to attend quarterly meetings to assess the status and progress of the Technical Direction. 2.2 The contractor shall be responsible during all aspects of execution of this task to be in compliance with all applicable laws, policies, and regulations for the locale in which they are operating. All tasks shall be performed using methodology, principles, and procedures that are recognized by the Society of Manufacturing Engineers (SME), the Institute of Industrial Engineers (IIE), the Institute of Electrical and Electronics Engineers (IEEE), American Society of Mechanical Engineers (ASME), Society of Automotive Engineers (SAE), and shall be IAW the required Department of Defense (DOD), Department of the Army (DA), Army Materiel Command (AMC), Aviation and Missile Research, Development, and Engineering Center (AMRDEC), Aviation and Missile Command (AMCOM), and Program Executive Office (PEO) guidance. Additionally, elements of AMRDEC ED are AS9100 and/or ISO 9001:2008 Certified, therefore tasks shall be performed IAW the applicable quality management system and ISO- 9001 if so specified by the individual Technical Direction. 2.3 Training: The contractor shall ensure that all of its contractor employees performing on this task remain current on required technical and professional training. The contractor may also be required to attend specialized technical training related to specific weapons platforms or technologies in the performance of specific tasks. The contractor may also be required to provide Subject Matter Expert (SME) training/workshops, curricula and associated training materials specific to any life-cycle stage to the Government and their customers prepared IAW DI-ILSS-80872 and delivered per CDRL A024, or as specified by the individual Technical Direction. 3.1 TECHNICAL MANAGEMENT/PRODUCTION, MANUFACTURING & SYSTEMS ENGINEERING (3.12, 3.16, and 3.19) 3.1.1 The contractor shall provide technical and engineering support for the design, development, evaluation, analysis, documentation, production, and sustainment of aviation, ground, missile, space, sea, soldier, and Foreign Military Sales systems, including associated supporting systems. This shall include full life-cycle support from initial research and development through production, sustainment, and demilitarization. 3.1.2 The contractor shall provide technical expertise to assess readiness for, or otherwise support the conduct of, program/production reviews and milestones, as well as conduct, monitor, observe, witness, facilitate, coordinate, and/or report on tests, technical demonstrations, technical special investigations, technical inspections, and other audits. 3.1.3 The contractor shall provide production/producibility engineering support to include the conduct/support of producibility analyses, manufacturing planning/requirements analyses, production simulation and risk assessments, process/production line analyses including cost/rate comparisons, and assessment of manufacturing materials and processes, to include the development and analysis of production-related schedules to ensure that overall program requirements are met. Production/Producibility engineering support may include review of aviation, ground, missile, space, sea, or soldier end items, individual subsystems/components thereof, or the associated support equipment as specified by the individual Technical Direction. 3.1.4 The contractor shall develop and recommend field and depot maintenance/overhaul inspection criteria, limits, repair procedures, acceptance test procedures, quality standards, technical manuals (TMs) IAW MIL-STD-40051-1 or -2 (CDRLs A026 & 27), Modification Work Orders (MWO) IAW MIL-PRF-63002 (CDRL A025), and Depot Maintenance Work Requirements (DMWRs). 3.1.5 The contractor shall develop, review, and implement software and simulation solutions in accordance with approved software engineering processes. The contractor shall develop and deliver prototype software IAW DI-AVCS-80700 and CDRL A013, support the integration of software components and systems into system architectures, and support the integration of prototype software with tactical software. The contractor shall support the execution of software engineering tasks to ensure that development and integration efforts are completed on schedule, while ensuring that software is delivered to meet the needs of the customers and the test events to be supported. 3.1.6 The contractor shall provide technical support in developing and evaluating milestone requirements, classification definitions, emerging technical threats for applicable tactical systems, conducting design trade studies and analysis of alternatives, product system safety in design, development, and evaluation, technical Earned Value Management System (EVMS), interoperability, system and component interfaces, determine integration solutions, system design and development objectives, and review system performance analysis and evaluation. 3.1.7 The contractor shall perform analysis of weapon system contractor proposals for development or production of AMRDEC-supported weapon systems, to include participation in source selection evaluation boards and sole-source technical evaluation teams. The contractor shall determine feasibility of the technical proposal and resources required to execute the technical approach. Contractor inputs and rationale shall be provided to the Government evaluator; but the Contractor will not participate in scoring or otherwise rating proposals. 3.2 TECHNICAL DATA/CONFIGURATION MANAGEMENT (3.23) 3.2.1 The contractor shall provide Configuration Management (CM) technical expertise to support AMRDEC ED and customer systems. Contractor provided CM technical expertise shall support CM and DM activities IAW MIL-HDBK-61, MIL-STD-31000, MIL-STD-961, MIL- STD-962, MIL-STD-963, MIL-STD-967, SAE GEIA-649, SAE GEIA-859 and the ASME Y14.100 series. Contractor provided CM technical expertise shall support CM functional activities for all phase of the DOD acquisition lifecycle and shall include CM Life Cycle Management and Planning, Configuration Identification, Configuration Control, Configuration Status Accounting and Configuration Verification and Auditing. Contractor provided CM technical expertise shall support CM activities for both hardware and software systems. Contractor provided CM technical expertise shall also support CM related data management activities to include, Contract Requirement Package (CRP) development, Contract Data Requirement List (CDRL) processing, and data repository management. The contractor shall establish accounts for and maintain physical network connectivity to all automation resources (EDIS, ICAPP, MEARS, Windchill, SharePoint, etc.) required to perform the tasks outlined below. 3.2.2 The contractor shall support the development and implementation of Configuration Management Programs (CMPs). The contractor shall prepare, update and maintain CMPs IAW DI-SESS-80858 and delivered per CDRL A019. The contractor shall prepare, update and maintain Configuration Control Board (CCB) Charters IAW DI-MGMT-80004 and delivered per CDRL A010. 3.2.3 The contractor shall support the configuration identification activities for product development. The contractor shall support requirements development, decomposition, allocation and derivation. The contractor shall review, evaluate and prepare specification IAW DI-SDMP-81493 and delivered per CDRL A021 and MIL-STD-961. The contractor shall support technical reviews and Technical Interchange Meetings (TIMs) related to configuration documentation development and baseline events. The contractor shall prepare presentation material IAW DI-ADMN-81373 and delivered per CDRL A004. 3.2.4 The contractor shall support the development of Product Drawings/Models and Associated Lists. The contractor shall review, evaluate and prepare technical data to include Drawings, Models, Associated Lists for the Product, Commercial, Special Inspection Equipment and Special Tooling IAW DI-SESS-81000, delivered per CDRL A011, DI-SESS- 81002 delivered per CDRL A016, DI-SESS-81004 delivered per CDRL A020 and DI-SESS- 81008 and delivered per CDRL A022 and for compliance to contractual requirements and standards that will include, but not be limited to MIL-STD-31000, MIL-STD-961, ASME Y14.100, ASME Y14.24, ASME Y14.5, ASME Y14.24, ASME Y14.41, AMSE Y14.35 and any other ASME Y14 series standards. Review and evaluation results and recommended disposition shall be prepared IAW DI-MISC-80508 delivered per CDRL A002. 3.2.5 The contractor shall provide technical expertise for readiness reviews, milestone reviews, configuration audits, technical audits, CCBs, and in-process reviews. 3.2.6 The contractor shall support and conduct CCBs. The contractor shall review, evaluate and prepare configuration change documentation to include Engineering Change Proposals (ECPs), Notices of Revision (NOR), Specification Change Notice (SCN), Engineering Release Record (ERR), Request for Variance (RFV) and Government approved equivalent change documentation. Review and evaluation results and recommended disposition shall be prepared IAW DI-MISC-80508, delivered per CDRL A002. The contractor shall prepare ECPs and revisions to ECPs IAW DI-SESS-80639, delivered per CDRL A006. The contractor shall prepare NORs and revisions to NORs IAW DI-SESS-80642, delivered per CDRL A007. The contractor shall prepare SCNs and revisions to SCNs IAW DI-SESS-80643, delivered per CDRL A018. The contractor shall prepare ERRs and revisions to ERRs IAW DI-SESS-80463, delivered per CDRL A008. The contractor shall prepare RFVs and revisions to RFVs IAW DI-SESS-80640, delivered per CDRL A009. 3.2.7 The contractor shall support and perform Configuration Status Accounting. The contractor shall review, evaluate and prepare Configuration Status Accounting Information DI- SESS-81253, delivered per CDRL A014. The contractor shall support and perform technical data, to include drawings, associated list, specification, ECPs, NORs, ERRs, SCNs and RFVs, upload to the Army Engineering Data Information Server (EDIS) IAW MIS-STD-52406-IS and Windchill. 3.2.8 The contractor shall support and perform Configuration Audits to include Function Configuration Audits, Physical Configuration Audits and CM process audits. The contractor shall review, evaluate and prepare Configuration Audit Plans IAW DI-SESS-81646, delivered per CDRL A015. The contractor shall review, evaluate and prepare Configuration Audit Summary Reports and Certifications IAW DI-SESS-81022, delivered per CDRL A017. The contractor shall support closure of actions items resulting from Configuration Audits. 3.2.9 Computer-Aided Design/Computer-Aided Manufacturing (CAD/CAM). The contractor shall develop, modify and utilize CAD/CAM software to develop two dimensional (2- D) and three dimensional (3-D) models for characterization and study of operational and maintenance environments, weapon systems manufacturing technologies and facilities, conceptual designs, characterization of targets and next generation concepts. Results of these efforts shall be prepared IAW DI-AVCS-80700, delivered per CDRL A013, DI-SESS- 81000, delivered per CDRL A011 MIL-STD-31000, TDP Option Selection Worksheet and DI- MISC-81176, delivered per CDRL A012. 3.2.10 Provide technical drafting and illustration support to review and prepare engineering documentation IAW DI-SESS-81000, delivered per CDRL A011 MIL-STD-31000 and TDP Option Selection Worksheet; including expertise in automated drafting and illustration systems. For example, Raster and Vector software, CAD Desk Procedures, CREO, SOLIDWORKS, Computer Aided Three-Dimensional Interactive Application and AUTOCAD Mechanical software versions for 2010 and later versions. 3.2.11 The contractor shall support the development of Contract Requirement Packages (CRP). The contractor shall provide CM and DM requirement recommendations for Statements of Work (SOW) and Performance Work Statements (PWS) via the applicable SOW/PWS development Integration Product Team (IPT). The contractor shall review/evaluate SOWs/PWSs IAW MIL-HDBK-245. The contractor shall prepare CDRLs using DD Form 1423 and DOD 5010.12M. The contractor shall prepare Document Summary Lists (DSL) using DOD 5010.12M. The contractor shall support and perform CDRL management to include receipt, logging, distribution, comment consolidation, comment resolution and response activities. 3.3 TEST AND EVALUATION (T&E) (3.24): The contractor shall provide technical support and subject matter expertise in the functional area of Test and Evaluation of Government systems. The contractor shall provide full lifecycle T&E support. Expertise shall include developmental and operational test support, and the planning and execution of specification compliance assessments, effectiveness assessments, and suitability assessments as specified in the detailed Government Technical Direction. 3.4 TEST, MEASUREMENT, AND DIAGNOSTICS EQUIPMENT (TMDE)/SUSTAINMENT ENGINEERING 3.25): The contractor shall provide technical expertise in Test Program Sets, Automated Test Equipment, Non-destructive Test Systems and Test, Measurement, and Diagnostic, Equipment (TMDE) to include analyses, evaluation, updates, prototyping, development, and specialized maintenance support. The contractor shall provide TMDE and hardware, software, and firmware sustainment engineering expertise in all phases of the system life cycle. 3.4.1 The contractor shall provide subject matter expertise in the areas of weapon system design, operation, maintenance, repair, and troubleshooting to support the development and sustainment of TMDE applications used at-platform, off-platform, and at depots. Any associated technical reporting shall be prepared IAW DI-MISC-80508, and delivered per CDRL A002. Any associated trip reporting shall be prepared IAW DI-MISC- 80508, and delivered per CDRL A005. Any associated software shall be prepared IAW DI- AVCS-80700, and delivered per CDRL A013. 3.4.2 The contractor shall provide support for shipping, receiving, and transportation of items associated with the performance of the technical and engineering tasks within this PWS. The contractor shall maintain express shipping accounts available to expedite shipment of packages and equipment as required to accomplish the technical work performed under this Task Order. This includes responsibility for all associated shipping containers and packing materials. The contractor shall maintain records of all subject shipments. 3.4.3 The contractor shall occasionally operate Government systems as an incidental requirement of the primary task in order to perform test measurement and diagnostic evaluations. Contractor personnel performing these incidental functions shall be properly trained and licensed. 3.4.4 The contractor shall provide technical support in the area of Information Assurance (IA) and Cyber Security (CS) engineering including the development of a program protection plan. The contractor shall be certified in IA and CS in accordance with the US Army CIO/G-6, Cyber Directorate’s Information Assurance Training and Certification Best Business Practice. The Contractor shall provide specialized expertise in the area of the new Risk Management Framework, as well as the legacy Department of Defense Information Assurance Certification and Accreditation Process. Technical reporting shall be prepared IAW DI-MISC- 80508, and delivered per CDRL A002. Meeting/Trip reporting shall be prepared IAW DI-MISC- 80508, and delivered per CDRL A005. Software, software documentation, and associated end items shall be developed IAW and DI-AVCS-80700, and delivered per CDRL A013. 3.4.5 The contractor shall provide American Society for Nondestructive Testing level 3 certified radiographer support for Nondestructive Test Systems. The contractor may utilize level 2 certified personnel to support Nondestructive Test Systems provided they are working under the leadership of an on-site level 3 certified radiographer. 3.5 QUALITY ENGINEERING/QUALITY MANAGEMENT/PRODUCT ASSURANCE (3.15) 3.5.1 The contractor shall provide Quality Engineering and/or System Assessment support to the research, development, manufacturing, and/or sustainment of weapon systems, and provide outputs such as reports, findings, conclusions, and recommendations to their Government quality engineering counterpart or supported program government leadership. These technical and research efforts shall include quality engineering requirements and specification development, requirements verification, product inspection and acceptance, development of/analysis of manufacturing processes and products for major weapon systems, depots and associated spares. The contractor shall provide technical expertise in mathematical modeling, metrics/data generation and analysis, trending, failure analysis, root cause and corrective action, cost of quality drivers, trade off analysis, and prediction. The contractor shall provide technical support for the government’s development of life cycle specific requirements, contract statements of work and metrics for analysis. 3.5.2 The contractor shall provide engineering and technical support as well as research for the development, maintenance, and enhancement of product assurance tools, applied statistical analysis applications, databases, training modules, and aids. This includes Quality Engineering specific custom software development and maintenance for requirements management and requirements generation tools, design and maintenance of relational databases, design and maintenance of data retrieval and storage systems, and development and maintenance of automated solutions used to apply advanced statistical methods for system performance anomaly detection. 3.5.3 The contractor shall provide technical expertise in analysis and development of value engineering input and products, market research and analysis, and associated quality requirements for new or improved components, to include prototype development and prove- out, and reverse engineering. 3.5.4 The contractor shall provide quality engineering technical communications and correspondence with other government agencies and centers, in support of Product Assurance efforts related to contractor quality issues and performance. 3.5.5 The contractor shall provide training workshops on product assurance technical areas for root cause analysis, Quality management systems, quality management system and production process auditing, non-destructive testing, environmental stress screening, inspection and acceptance methodologies. 3.5.6 The contractor shall evaluate and provide recommendations to their government quality engineering counterpart for Source Approval Requests, Qualified Manufacturers’ Lists, sources of repair and overhaul, and other technical evaluations of contractor/vendor capabilities. 3.5.7 The contractor shall provide technical expertise for repair parts procurement for agency managed items that are used on Army managed systems and provide outputs such as reports, findings, conclusions, and recommendations to their Government quality engineering counterpart. 3.5.8 The contractor shall provide technical expertise and output products such as reports, findings, conclusions, and recommendations to their Government quality engineering counterpart in the Critical Safety Item (CSI) program to include: a. Maintenance and enhancements to CSI database management system. b. Modifications/development of recommendations for CSI life cycle management policy documentation to maximize CSI critical characteristics (CC) operational safeguards. c. Surveillance and recommended corrective actions on CSI managed by other agencies, item recall activities and program screening methods. d. Analyses and recommendations for additions or deletions of critical safety items based on life cycle performance, mission requirements, and system application. e. Review and recommend changes to CSI CC in technical documentation, technical manuals and depot maintenance work requirements. f. Evaluate and recommend corrective action on life cycle management of safety critical class III fasteners. 3.5.9 The contractor shall contribute comments, recommendation, and critique to reviews, assessments, and audits to determine the degree of the system contractor's compliance with the contract quality requirements. 3.6 INDUSTRIAL OPERATIONS AND LOGISTICS ENGINEERING (3.8) 3.6.1 The contractor shall provide technical expertise to influence the initial design and engineering design changes of aviation and missile weapon system hardware and software to reduce the impact to the sustainment and readiness of the system during test and evaluation; production and/or construction; operation; maintenance; and the ultimate disposal/recycling of systems and equipment (total system life cycle support). Examples include design influence that reduces life cycle sustainment costs, reduced manpower requirements, increased reliability, availability, and maintainability, reduced fuel consumption, transportable by existing capabilities, use of standard tools, test equipment, skills, training, packaging, and facilities. The contractor shall provide technical expertise to identify opportunities to drive down the logistics cost in terms of manpower, spares and downtime while adapting proven advanced technologies to enhance performance and reliability, reinforcing standardization, commonality, and interoperability initiatives, corrosion reduction, environmental compliance, and have minimal adverse impact to the user. 3.6.2 The contractor shall provide logistics engineering expertise in maintenance planning to ensure all aspects of maintenance are addressed in system designs and design changes. Contractor shall ensure hardware systems are maintainable by minimizing tool usage, number of maintainers, simplifying maintenance procedures, and reducing time to complete repair tasks, with minimizing training requirements, maximizing use of existing facilities, and standardized tools and test equipment. The contractor shall also identify, research, and analyze data sources, databases, and analytical software tools relating to all integrated logistics support areas and identify critical data and information from these sources required to conduct logistics engineering analysis on the assigned Aviation and Missile system(s). The contractor shall capture, collate, analyze, and manage key system data and information needed 3.6.3 The contractor shall research and conduct studies on the commercial and organic industrial base to identify critical suppliers, parts, technologies and skills for weapon system development, production and sustainment. The contractor shall map supply chains and identify potential risk areas within the industrial base including issues related to capability, capacity, lead times, quality, and overall supplier health. The contractor shall develop and implement countermeasures to the identified issues to resolve constraints within the supply chain. These will include assisting suppliers through Lean/Six Sigma efforts, increasing domestic capability (e.g. Title III), identifying alternate suppliers, and/or developing alternate supply chain strategies such as stockpiling. The contractor shall develop and maintain decision support systems which model the industrial base and supply chain. 3.6.4 The contractor shall develop and facilitate logistics engineering workshops to be held in Huntsville, Alabama. The workshops shall be scheduled in coordination with the AMRDEC contract technical representative. The contractor shall prepare and deliver all handout materials required for the workshops IAW DI-ILSS-80872, and deliver same per CDRL A024. The workshops shall serve as process analysis resource for existing logistics engineering efforts, assist with the development of a research capability within AMRDEC to investigate, develop and test new logistics technologies and methodologies, further identify and develop logistics engineering and sustainment activities throughout the DoD Life Cycle, and support team development. 3.6.5 The contractor shall work with the AMRDEC logistics engineering team to identify training gaps and conduct analysis of training courses to fill those gaps. The contractor shall provide training/classes related to logistics engineering for use in the training of logistics engineers. These courses shall each be one (1) to two (2) days in duration. The topics, dates, and location of these training courses will be approved by the AMRDEC. 3.7 VISUALIZATION, DESIGN, SIMULATION, COMPUTER-GENERATED IMAGERY SYSTEMS (CGI), METROLOGY, INTERACTIVE MULTIMEDIA INSTRUCTION (IMI), 3D MODELING, AND INTERACTIVE GRAPHICS (G1, G17, PE2, SM18, SS3, SS4, SW3.22, SW5, TD3) The contractor shall research and develop visualization systems and products in support of weapon systems, training, manufacturing, and technical data utilizing 3D models, Computer- Aided Design/Computer-Aided Manufacturing (CAD/CAM) equipment, video and photography equipment, software tools, and Artificial Intelligence and/or Expert Systems. The contractor shall coordinate, plan and conduct analysis; simulations; engineering component interactions; animations; insertion of visual data into training products; insertion of visualization into technical data products; IMI applications; 3D modeling; 3D CAD modeling; video products; visual display technologies; augmented reality, and virtual models. Technical reporting under this requirement shall be prepared IAW DI-MISC-80508, and delivered per CDRL A002. The contractor shall develop products that combine and rearrange text and images and creating digital files; create visual displays of ideas and information create products inserting models and graphics for desktop or commercial printing or electronic distribution including PDF, email newsletters, electronic publication, and the Web publication. Products for publication, distribution, and presentation developed for this requirement shall be prepared IAW DI-ADMN- 81373, and delivered per CDRL A004. Computer-based software, imagery, models, graphics, or associated end items developed under this requirement shall be prepared IAW DI-AVCS- 80700, and delivered per CDRL A013. Any engineering drawing products developed under this requirement shall be prepared IAW DI-SESS-81000, and delivered per CDRL A011. 4.0 TRAVEL Travel is required in performance of this PWS. The contractor shall be required to travel and provide support within the continental United States (CONUS). Infrequent outside the United States (OCONUS) travel shall also be required. The contractor may be required to interface with representatives of other nations. The contractor shall comply with the ITAR, the Export Administration Regulations (EAR), and policies of the requiring activity's foreign disclosure office regarding the exchange of information with foreign nationals/foreign countries. The contractor must receive prior approval from the Contracting Officers Representative (COR) before performing any travel. A trip report shall be prepared and delivered IAW DI-MISC- 80508, CDRL A005. 5.0 SECURITY 5.1 The contractor shall obtain and maintain a SECRET facility clearance and provide cleared personnel at the SECRET level to perform tasks as outlined herein. The contractor shall obtain and maintain a Level of Safeguarding of SECRET at the contractor facility. Some task shall require the contractor to provide personnel cleared at the TOP SECRET Level. The contractor shall maintain a Communication Security (COMSEC) account for Secure Terminal Equipment (STE) and others as required. Sensitive Compartmented Information (SCI), NON-SCI and Special Access Information (SAP) access may be required during the performance of this task. Access to For Official Use Only (FOUO) materials shall be required during the performance of this task. Special instructions and controls for handling, processing, storing and transmission of classified information and material are provided in the appropriate regulations, manual, or directives. 5.2 The contractor may be required to interface with representatives of other nations. The contractor shall comply with the ITAR, the Export Administration Regulations (EAR), and policies of the requiring activity's foreign disclosure office regarding the exchange of information with foreign nationals/foreign countries. 5.3 All contractor personnel working with national defense information shall have personnel security investigations equal to that required for DOD personnel performing like duties. DOD personnel performing critical-sensitive duties require a single scope background investigation. DOD personnel performing non-critical sensitive and non-sensitive duties require a national agency check with written inquiries. SIPRNet accounts are authorized for those contractor personnel requiring access to classified information as required to complete Technical Direction and activities under this contract. 5.4 AT LEVEL 1 TRAINING: All contractor 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: . Contractors training certifications shall be obtained and delivered to the COR with CDRL A003. 5.5 AT AWARENESS TRAINING FOR US BASED CONTRACTOR PERSONNEL TRAVELING OVERSEAS: US based contractor employees and associated sub-contractor employees to make available and to receive government provided area of responsibility (AOR) specific AT awareness training as directed by AR 525-13. Specific AOR training content is directed by the combatant commander with the unit ATO being the local point of contact. 5.6 iWatch TRAINING: Contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training shall be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. Contractors training certifications shall be obtained and delivered to the COR with CDRL A003. 5.7 HANDLING OR ACCESS TO CLASSIFIED INFORMATION: Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified “Confidential,” “Secret,” or “Top Secret” and requires contractors to comply with— (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. 5.8 THREAT AWARENESS REPORTING PROGRAM TRAINING: For all DoD contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training presented by a Counterintelligence Special Agent. Contact the Redstone Arsenal MI Detachment at 256-313-5186 for scheduling. 5.9 COMMON ACCESS CARD (CAC): Before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive 2014-05. The contractor employee will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) Remote access, via logon, to a DoD network using DoD-approved remote access procedures; or (3) Physical access to multiple DoD facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management. 5.10 CONTRACTORS THAT DO NOT REQUIRE CAC, BUT REQUIRE ACCESS TO A DOD FACILITY OR INSTALLATION: Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 5.11 IDENTIFICATION OF CONTRACTOR EMPLOYEES: The Contractor (to include subcontractors) shall provide each employee a Redstone Arsenal Identification (ID) Badge, which includes at a minimum, the Company Name, Employee Name and a color photo of the employee. ID Badges for Key Personnel shall also indicate their job title. ID Badges shall be worn at all times during which the employee is performing work under this contract. Each Contractor (to include subcontractors) employees shall wear the ID Badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit. The Contractor (to include subcontractors) shall be responsible for collection of ID Badges upon completion of the contract or termination of employee. A listing of issued identification cards shall be furnished to the Contracting Officer prior to the contract performance date and updated as needed to reflect Contractor and Subcontractor personnel changes. Foreign owned companies and foreign national contractors will only be permitted to perform under this contract when there are no qualified U.S. companies and /or U.S. contractors. All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They shall also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 5.12 SECURITY EDUCATION, TRAINING & AWARENESS (SETA) TRAINING: All contractor employees, to include subcontractor employees, requiring access to government installations, facilities and controlled access areas shall complete annual mandatory SETA 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 following URL is made available for your training: . Upon completion of the training, you must provide certification to the Information Security Officer. Security Education, Training & Awareness covers Information Security, Personnel Security and Industrial Security Programs. 5.13 COMBATING TRAFFICKING IN PERSONS, CYBER AWARENESS CHALLENGE, PERSONAL IDENTIFICATION INFORMATION (PII) and SEXUAL HARASSMENT ASSAULT RESPONSE PROGRAM (SHARP) TRAINING: All contractor employees, to include subcontractor employees, requiring access to government installations, facilities and controlled access areas shall complete Combating Trafficking in Persons, Cyber Awareness Challenge, Personal Identification Information (PII), and Sexual Harassment Assault Response Program (SHARP). 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. 5.14 OPSEC SOP/PLAN REQUIREMENTS: The 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 shall include 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. 5.15 OPSEC TRAINING: Level I OPSEC Awareness Training: Per AR 530-1, Operations Security, all contractor employees, to include subcontractor employees shall complete Level I OPSEC Awareness Training within 30 calendar days of their reporting for duty. All subcontractors shall take the Level 1 OPSEC Awareness Training located at the below website and print the certificates demonstrating completion. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR, within 10 calendar days after completion of training by all employees and subcontractor personnel. Note: after the first screen, select User Type: Civilian/Contractor, then Service: Army, then Grade N/A. OPSEC awareness training is available at the following website: 5.16 GOVERNMENT INFORMATION SYSTEMS AND INFORMATION AWARENESS REQUIREMENTS: All contractor employees with access to a government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete the DOD Cyber Awareness Challenge Training prior to access to the IS and then annually thereafter, and must sign an Acceptable Use Policy (AUP). 5.17 INFORMATION ASSURANCE (IA)/INFORMATION TECHNOLOGY (IT) TRAINING AND/OR CERTIFICATION: Per DoD 8570.01-M, DFARS 252.239.7001and AR 25-2, the contractor employees supporting IA/IT functions shall be appropriately trained and/or certified, as required upon contract award. The baseline certification as stipulated in DoD 8570.01-M shall be completed upon contract award. Additional training for IA workforce positions shall be completed within six months. 5.18 ACCESS AND GENERAL PROTECTION/SECURITY POLICY AND PROCEDURES: All contractor employees, to include associated sub-contractors employees shall comply with applicable installation, facility and area Commander Installation and facility access and local security policies and procedures (provided by the Government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. The contractor workforce shall comply with all personal identity verification requirements as directed by DOD, Department of the Army Headquarters, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition at any individual facility or installation change, the Government may require changes in contractor security matters or processes. The prime contractor Human Resources/Security Officer is responsible for the collection of all Redstone Badges and CAC cards issued to their employees. The Human Resources/Security Officer shall then turn over these credentials to the COR. This applies when the contract expires; as well as, when a contractor resigns or is terminated. After accounting for all badges/CACs, the COR will turn in the credentials at the One Stop Badging Office or CAC Office (MILPO). All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. 5.19 KEY CONTROL: The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop and follow procedures covering key control that shall be included in the Standard Operating Procedures. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. The Contractor shall prohibit access to Government issued keys/key cards by unauthorized personnel other than the Contractor's employees. The Contractor shall prohibit entry into controlled areas by unauthorized personnel other than the Contactor's employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 5.20 LOCK COMBINATIONS: The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor’s Standard Operating Procedures. 5.21 CONTRACTOR AUTHORIZED TO ACCOMPANY THE FORCE CLAUSE: DFARS Clause 252.225-7040, Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States. The clause shall be used in solicitations and contracts that authorize contractor personnel to accompany US Armed Forces deployed outside the US in contingency operations; humanitarian or peacekeeping operations; or other military operations or exercises, when designated by the combatant commander. The clause discusses the following AT/OPSEC related topics: required compliance with laws and regulations, pre-deployment requirements, required training (per combatant command guidance), and personnel data required. 5.22 CONTRACT REQUIRING PERFORMANCE OR DELIVERY IN A FOREIGN COUNTRY: DFARS Clause 252.225-7043, Antiterrorism/Force Protection for Defense Contractors Outside the US. The clause shall be used in solicitations and contracts that require performance or delivery in a foreign country. This clause applies to both contingencies and non-contingency support. The key AT requirement is for non-local national contractor personnel to comply with theater clearance requirements and allows the combatant commander to exercise oversight to ensure the contractor's compliance with combatant commander and subordinate task force commander policies and directives. 6.0 GOVERNMENT FURNISHED PROPERTY The contractor shall provide the required services both off-site and on-site. The contractor shall perform off-site tasks using their own facilities and automation resources. The Government will provide access to data and information required for the execution of this effort. For the on-site support, the Government shall provide computers, computer network access, peripheral equipment, work space, telephone, normal office supplies, access to copy and facsimile machines. 7.0 ACCOUNTING FOR CONTRACTOR SUPPORT The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower required for performance of this contract. The contractor shall be required to completely fill in all the information in the format using the following web address: . The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer’s Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including Sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including Sub-Contractors; (7) Total payments (including Sub-Contractors): (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each Sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and Sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment of contingency contract language; and (13) Number of Contractor and Sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor’s systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 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. 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. ................
................

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

Google Online Preview   Download