Www.gsa.gov

 PERFORMANCE WORK STATEMENT CULTURAL ROLE PLAYERS 09 – 20 MAR 2020 HQ, 82ND ABN DIV PERFORMANCE WORK STATEMENT (PWS) 82ND ABN DIV OPERATION FALCON STORM 20-2 Cultural Role Players FORT BRAGG, NORTH CAROLINA 09 – 20 March 2020 Part I General Information The objective of this effort is to support 2D Brigade Combat Team’s validation of all subordinate Companies, Batteries, and Troops through the execution of Mission Specific Situational Training Exercises (STX). The Mission Specific STX are conducted over the aforementioned time period of 12 days, two (2) days of rehearsals during the preparatory period, and ten (10) days of exercise execution. The contracted company shall provide Cultural Role Players (CRPs) to enhance the complexity of the STX for the Brigade Combat Team’s subordinate Companies, Batteries, and Troops. Background: The 82nd Airborne Division will conduct a Culminating Training Event (CTE) and Mission Rehearsal Exercise (MRE) from 09 – 20 March 2020, with two days of rehearsals during the preparatory period (09-10 March 2020). The CTE / MRE is conducted under realistic, and non-generic, conditions that replicate the challenges of cultural differences, social nuances, language barriers, and complexity of global operational environments. This Performance Work Statement describes the work necessary to effectively support the Brigade Commander’s Mission Specific STX training objectives in order to validate all subordinate Companies, Batteries, and Troops capability to complete direct mission sets. The contractor shall provide the required training support in accordance with the specific mission requirements identified in this document. 1. GENERAL: The Contractor shall provide labor, supervision, and materials required in support of the Mission Specific STX in accordance with training guidance at designated training sites on Fort Bragg, North Carolina 28310. 1.1. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor, in turn, shall be accountable to the Government for Contractor or subcontractor personnel. 1.1.1. Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary for the CRP’s to accurately portray host nation security forces, civilian and government key leaders, and other individuals, found in the current Middle East operational environment, within the boundaries of the Fort Bragg Training Area, Fort Bragg, North Carolina, 28310. The Contractor must be able to support the training event for the duration of ten (10) days from 11 – 20 March 2020, as well as the preceding two (2) day preparatory period, 09-10 March 2020. 1.2. Objectives: The objective of this effort shall be to support the Brigade Combat Team during the Mission Specific STX by providing CRPs to accurately portray host nation security forces, civilian and government key leaders, and other individuals, for the aforementioned time period of ten (10) days, including both the execution of the CTE / MRX and the two (2) days of rehearsals and preparations. The contracted company shall provide CRPs to enhance the training of 2/82 ABN junior leaders as they interact with the CRPs replicating personnel that the BCT’s Company, Battery, and Troop leaders would most likely conduct engagements with in a Middle Eastern operational environment. The CRPs’ desired skill sets include a knowledge of Arab cultural, social, and religious norms (particularly those found within Middle Eastern Arab Countries). The CRPs are not required to speak Arabic. 1.3. Scope: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform operations in support of the Mission Specific STX for 2/82 ABN within the boundaries of Fort Bragg Training Area, Fort Bragg, North Carolina, 28310. 1.4. Cultural Role Player Training Support 1.4.1. Mission Specific STX Package. The 82ABN DIV is requesting thirty (30) Cultural Role Players (CRPs) to support the Mission Specific STX. The requesting unit will subdivide CRPs between the exercise’s STX lanes where the CRPs will fill the role of replicating individuals the Company, Battery, and Troop leaders may potentially need to engage. 1.4.2. The STX package CRPs must have familiarity with basic military organizations, and hierarchy. 1.4.3. The contractor must be able to adjust to changing weather conditions or other conditions affecting the maintenance of continuity between CRPs and the supported training audience. The STX Package CRP’s gender is immaterial The CRPs will support the following roles during the STX execution: Army Company Commander / Platoon Leader, village mayors, police chiefs, Improvised Explosive Device (IED) maker, local political / religious leaders, Local Militia, and villagers. 1.4.4. The Contractor shall provide transportation for the CRPs to and from lodging and the Centralized Cultural Role Player Consolidation Point. The Regional Government Points of Contact and / or Assistant CORs (ACORs) will meet the CRPs assigned to their region at the Consolidation Point and provide follow-on transportation for the CRPs to their Mission Specific STX duty location. 1.4.5. The requesting unit’s designated (2/82 IBCT- ABN) COR and Regional Government Point of Contact (or ACOR) will designate the time for the CRPs to be in character and the contractor shall maintain reasonable hours in order to sustain continuity of interaction for the duration of the ten (10) days of exercise execution and two (2) days of familiarization and rehearsals. The contractor shall coordinate the timing of CRPs arrival and departure at the Consolidation Point with the requesting unit (2/82 IBCT- ABN) Points of Contact (or ACORs) in order to enable the executing unit to accomplish their assigned mission. 1.5. Period of Performance: Period of performance for this contract be 12 total days, two (2) days of familiarization and rehearsals from 09 to 10 March 2020 and ten (10) days of exercise execution from 11 to 20 March 2020. 1.6. Hours of Operation. The nature of the work requires the Contractor to use flexible Employment and scheduling techniques, while maximizing performance outcome to adapt to varying workload requirements. Daily Operations for CRPs will consist of 12 total hours. The Contractor will deliver all CRPs to the Centralized Consolidation Point at 08:30 AM daily. Upon arrival to their specified Regional Area the Government Points of Contact (POCs), under guidance of the COR, the POCs will conduct a daily in-brief with the CRPs consisting of 45 minutes, followed by fifteen (15) additional minutes for the CRPs to prepare to assume their role to support training for the next ten (10) hours. Following the ten (10) hour training block, the Government Points of Contact will provide the CRPs fifteen (15) minutes to prepare to conduct a daily out-brief, consisting of 45 minutes with the their specified Regional Area the Government Points of Contact (or ACORs), under guidance of the COR. The Contractor will meet the CRPs at the Consolidation Point at 08:30 PM daily and transport CRP personnel to their assigned lodging. 1.6.1 Special Operating Hours. Hours of operation which are different than normal operating hours, can include weekends and federal holidays, or deviate from normal operating hours as a result of mission support requirements. The contractor shall adjust normal workday schedules (Flex) to accommodate special operating hours outside the normal workday to the furthest extent possible. Federal holidays are established by Federal Law and are currently as follows. New Year’s Day 1 January Martin Lather King Jr. Day 3rd Monday in January Presidents Day 3rd Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December 1.6.2. In the event of conflicts, delays, or cancellation of scheduled training the Government reserves the right to re-schedule training on a later date or time at no additional cost to the Government. 1.7. Personnel: 1.7.1. General Qualifications and Constraints: The Contractor shall provide management, administration, and qualified labor mix appropriate for the task(s) authorized to be performed under this contract. Contractor shall ensnare that all Contractor personnel performing services on this contract are knowledgeable of the assigned work and familiar with safety and health precautions necessary to perform services under this contract. Contractor employees performing services under this contract shall be controlled, directed and supervised at all times by management personnel of the Contractor. Government personnel may not perform any supervisor functions for Contractor personnel, such as interviewing, appraising performance, or scheduling leave. Notwithstanding another provision of this contract, the Contractor shall at all times be responsible for the supervision of its employees in the performance of the services. 1.7.1.1. Conflict of Interest. The Contractor shall not hire any personnel whose employment would result in a conflict with the Department of Defense (DOD) Regulation (REG) 5500.7-R, Joint Ethics regulation. 1.7.2. Physical Requirements and Work Environment: 1.7.2.1. Contractor personnel shall be physically capable of performing their assigned work under normally anticipated climatic conditions, such as extreme weather conditions (snow, sleet, rain, heat, humidity). The work will normally require long periods of standing and sitting. 1.7.2.2. Contractor employees shall be self-sustaining while on site (i.e., wearing appropriate clothing for cold and/or inclement weather, items for personal comfort and any food needed for the training period.) 1.7.2.3. CRPs may be required to remain indoors for an extended period of time. 1.7.2.4. CRPs may be required to ride in military vehicles during performance of service. 1.7.2.5. The Contractor shall manage the Cultural Role Players time so that they are provided sufficient rest between work shifts to preclude any safety hazards, violations of laws or regulation during training events. 1.7.2.6. Cultural Role Players shall perform assigned roles and shall remain on site during periods specified in each task order in accordance with training and work schedules. 1.7.2.7. Conduct of Personnel. The KO may require the Contractor to remove from the job site any employee working under this contract for reason of misconduct, security, fond to be, or suspected to be under the influence of alcohol, drugs, or other incapacitating agents. Contractor employees shall be subject to dismissal from the premises if such action is necessary in the best interests of the Government. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this PWS. 1.7.3. Security Requirements. Contractor personnel or any representative of the Contractor entering the Fort Bragg installation shall abide by all security regulations and shall be subject to security checks. Contractor personnel shall be lawfully employable in the United States. Government rules, regulations, laws, directives and requirements, in place or issued during the performance period shall apply to all Contractor personnel. The Contractor shall be solely responsible for any costs resulting from Contractor’s employee violations. As a condition of employment, the Contractor shall obtain and maintain criminal background checks on all employees to cover the last three years and the last three residences. Criminal background checks shall be completed prior to the contract performance start date. The Contractor shall be responsible for the cost of the criminal background checks. Contractor’s employee background check shall be favorable in order for the employee to perform services under the contract. Results of background checks shall be provided to the installation security office when requested. Personnel with outstanding felony warrants or felony convictions pose a security risk and shall not perform services under this contract. Work associated with this contract is UNCLASSIFIED. The Contractor shall comply with all applicable Department of Defense (DoD) security regulations and procedures during the performance of this contract. The Contractor shall not disclose and most safeguard procurement sensitive information, computer systems and data, Privacy Act data, and Government personnel work products that are obtained or generated in the performance of this contract. 1.7.3.1. AT/OPSEC Security Training Requirements 1.7.3.1.1. AT Level I Training. This provision/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within one (1) calendar day 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 one (1) calendar day after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: . 1.7.3.1.2. i-WATCH Training. This standard language is for 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 watch program (training standards provided by the requiring activity ATO). This local developed training will be need to inform employees of the types of behavior to watch for and instinct employees to report suspicious activity to the COR. This training shall be completed within one (1) calendar day of contract award and within one (1) calendar day of new employees commencing performance with the results reported to the COR NLT two (2) calendar days after contract award. 1.7.3.1.3. OPSEC Requirements. Contractor personnel shall not remove material classified FOUO or higher from the training site. If given items marked FOUO or higher contractor personnel must return those items to OC/T members ASAP following the engagement. 1.7.3.1.4. OPSEC Risk Mitigation. The 82ND ABN DIV will mitigate potential risks to OPSEC created by the introduction of CRP personnel into the boundaries of Fort Bragg Training Area by utilizing a Centralized CRP Consolidation Point. All CRP personnel will enter and exit the Fort Bragg Training Area through the Centralized Consolidate Point at 08:30 AM and 08:30 PM respectively each day. Regional Government Points of Contact (or a Division EXCON Representative) will maintain positive control of all CRPs assigned to their region, ensuring CRP do not access any Training Areas that are not utilized for FALCON STORM 20-2 execution or the Fort Bragg cantonment area from the time the CRP arrive at the Consolidation Point until the CRP meet the Contractor at the Consolidation Point for transportation to their place of lodging at the end of each duty day. The Regional Government POC will report all potential OPSEC violations or loss of positive control of any CRP personnel to the DIV EXCON immediately upon discovery. 1.7.4.1. Condition of Employment: 1.7.4.1.1. The Contractor shall not hire any individual with positive pre-employment drug screening. 1.7.4.1.2. The Contractor shall perform random substance abuse checks such as urinalysis, breathalyzer, blood test, or other appropriate tests or instruments on all employees during the life of the contract. The Contractor shall be able to provide the substance abuse results when requested by the COR. 1.7.4.3. Installation Access. Contractor personnel or any representative of the Contractor entering a military installation shall abide by all security regulations and are subject to security checks. Local rules, regulations, directives and requirements issued by military and civilian authorities pursuant to their responsibility for the administration and security of Government and military installations are applicable to Contractor personnel entering the offices or installations or traveling via Government-owned transportation. The Contractor shall ensure that all Contractor personnel employed to perform work under this contract obtains installation access as required by the Provost Marshal Office (PMO). Government furnished identification shall be returned to the issuing government office when the employee no longer performs work for the Contractor under this contract. 1.7.4.3.1. Search and Seizure. Contractor personnel and property shall be subject to search and seizure noon entering, while on, or leaving the confines of Fort Bragg at any time in the performance of this contract. 1.7.4.4. Access to Data and Information: All records, files, documents, and working papers provided by the Government and/or generated by the Contractor during performance of this contract become and remain Government property. All records shall be maintained IAW AR 25- 400-2, Army Record Management Information System (ARMIS) and all other pertinent directives as supplemented. Records shall be disposed of only as authorized by the Government. All records may be subject to the Freedom of Information Act and/or Privacy Act of 1974. 1.7.4.5. The Contractor shall obtain KO approval before releasing any information input or stored, generated, or archived information related to this contract to the Contractor’s corporate or other off-site offices, other Government activities, agencies, or to other Contractors or private parties. The Contractor shall provide technical advice, attend Government’s meetings, and shall provide access to data generated by the Contractor to authorized Government representatives. 1.7.4.6. Media Information: The Contractor shall not provide any information for media release without prior approval from the Installation Public Affairs Officer. 1.7.4.7. Employee Identification Badges. Contractor personnel on duty shall wear visible Contractor-furnished employee identification badges which shall be displayed on the otter clothing while physically on Fort Bragg, except when Contractor employees are actively participating in a scenario that prohibits the visibility of the badge the employee. Each badge shall include, as a minimum, the company name, employee name, photograph, Contract title, Contract number, and expiration date of the badge. Contractor personnel shall also include the company’s name in his or her e-mail display and identify themselves as Contractors when attending meetings, answering Government telephones or working in situations where their actions could be construed as official Government acts. 1.7.4.8. Minimum Personnel Qualifications. The Contractor shall provide qualified personnel that are physically capable of performing tasks associated with their job positions. All Contractor personnel shall be able to read, write and speak the English language. 1.7.4.9. Contractor Personnel Identification. The Contractor shall provide, in writing, to the KO and COR a list of all Contractor employees involved in the accomplishment of this contract. This list shall be submitted 48 hours prior to contract execution unless specified in the Deliverables prior to the commencement of work under any respective Task Order. This list shall include the Project Manager, administrators (if any), and the specific service providers/snub-Contractors to be provided to accomplish the specific tasks. The list shall include each employee's name, job title, and employment date with the Contractor, and a legible photocopy of each employee's certifications and licenses, if required. The Contractor shall verbally notify the KO and COR of changes to the list as they occur and provide a written, updated list, within 12 hours after the effective date of the change. 1.8. Key Personnel. The Contractor shall provide a part-time, off-site Project Manager who shall be responsible for the overall management and coordination of the contract upon receipt of a Task Order. The Project Manager shall be authorized to act on behalf of the Contractor on all matters pertaining to this contract and serve as a single point of contact for contract administration issues with the KO. The Project Manager shall be available between the hours of 08:00 – 20:00, however the project manager shall remain available at all times. The Project Manager shall respond within one (1) hour to the KO or the COR when requested. The Project Manager most possess a valid state driver’s license and a favorably completed National Agency Check clearance. 1.8.1. The Contractor shall provide the name and telephone numbers of the individual designated as Project Manager to the KO, in writing, within 24 hours of notification of award. The Contractor shall provide written notice to the KO prior to changing the Project Manager no later than two (2) working days prior to the change. 1.8.2. For day to day coordination of administrative matters with the Project Manager, the KO shall designate a Contracting Officer’s Representative to facilitate Government receipt of deliverables. However, in no event shall any understanding or agreement, contract modification, change order, or other contractual matter between the Contractor and a person other than the KO be effective or binding noon the Government. 1.8.3. Transportation. Contractor is responsible for their own transportation to the Consolidation Point and training areas. 1.9. Equal Opportunity and Sexual Harassment: The Contractor shall ensnare that site Management provides a safe and harassment-free workplace for all role players. All Contractor personnel shall follow the strictest standards for the prevention of sexual harassment, or harassment based on racial or other bias. Any violations of standard federal guidelines shall be canes for termination of employee. 1.10. Computer Network Access. No Government Computer Network Access will be provided in connection with this contract. 1.11. Vehicle Registration. Motor vehicles entering Fort Bragg shall be properly licensed and registered with Fort Bragg’s Vehicle Registration Section. Vehicles such as bicycles and mopeds entering Fort Bragg shall also be registered with the Vehicle Registration Section. Vehicles shall be registered prior to the performance start date. State license and registration shall be maintained current during the time the vehicle is in nose on this installation. Contractor personnel shall return registration decals to the Fort Bragg Vehicle Registration Section within 3 workdays after termination or completion of work under this contract, when state license is no longer valid, or noon sale of the vehicle. Contractor personnel shall return visitor passes to the Vehicle Registration Section immediately noon conclusion of the conduct of business authorized on the installation. 1.11.1. Vehicle Operation. Contractor personnel operating motor vehicles on the installation shall have a valid state operator’s license, valid driver’s license, proof of insurance, and valid vehicle registration for the category of vehicle being operated and shall comply with Fort Bragg’s, Access Control Point, Standard Operating Procedure (SOP). 1.12. Contracting Officer Representative (COR): The Contracting Officer will designate, in writing, a COR. The COR will have authority to take certain actions specifically provided and within the limitations prescribed in the designation. A copy of the designation will be furnished to the Contractor. In no event will the COR, by virtue only of his/her designation as such, empowered to execute or agree to any contract modification thereof. The Contracting Officer will retain the ultimate responsibility for the administration of the contract. Any discrepancy resulting from coordination with or advisement from the COR shall be addressed, in writing, to the Contracting Officer. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: Assures that the Contractor performs the technical requirements of the contract; performs inspections necessary in connection with contract performance; maintains written and oral communications with the Contractor concerning technical aspects of the contract; issues written interpretations of technical requirements, including government drawings, designs, specifications; monitors Contractor's performance and notifies both the KO and Contractor of any deficiencies; coordinates availability of government furnished property, and provides site entry of Contractor personnel. 1.12.1. The Contracting Officer will designate, in writing, an Alternate Contracting Officer’s Representative (ACOR). The Alternate COR will have authority to take certain actions specifically provided and within the limitations prescribed in the designation. A copy of the designation will be furnished to the Contractor. In no event will the Alternate COR, by virtue only of his/her designation as such, empowered to execute or agree to any contract modification thereof. The Contracting Officer will retain the ultimate responsibility for the administration of the contract. The Alternate COR’s authority shall only be in effect during the absence of the COR. 1.13. Quality Control: Quality Control is the responsibility of the Contractor. The Contractor shall develop, implement, and maintain a Quality Control Program (QCP) to ensure all work described in this contract is performed at or above the standard defined in the Performance Requirements Summary (PRS). The QCP is developed by the contractor to ensure that it performs and delivers high-quality service and products. And it shall include methods of documenting and enforcing quality control operations of both prime contractor and or subcontractor work; including inspection and testing as part of the contractor’s proposal if QCP will be evaluated within three (3) days of contract award. After acceptance of the QCP, the contractor shall receive the contracting officer’s (KO) acceptance in writing or any proposed changes to the QC procedures. The contractor shall submit QCP changes within three (3) days to the KO and Contracting Officer’s Representative (COR) for review and approval prior to implementation. The Quality Control Plan shall address as a minimum: 1.13.1. Inspection System. The contractor shall develop, implement and maintain a system to inspect their services as well as their subcontractor services and products to ensure compliance with PWS requirements, and applicable laws and regulations. It shall specify tasks or areas to be inspected on a scheduled or unscheduled basis, the manner in which inspections are to be conducted, the titles of the individuals who will perform the inspections, and the percentage of the work that will be inspected on a recurring basis. 1.13.2. Inspection Files. The contractor shall document all inspections conducted, and the necessary corrective and preventive actions taken. 1.13.3. Deficiency Identification, Prevention and Correction. The QCP shall include a method of identifying and preventing deficiencies in the quality of services performed before the level of performance becomes unacceptable as defined in the PRS, without dependence upon Government direction. The contractor shall identify and prevent defects in quality of products and services performed before the level becomes unacceptable and before they are provided to the Government. The QCP at a minimum shall address process control and continuous process improvement; procedures for scheduling, conducting and documentation of inspection; discrepancy identification; procedures for root cause analysis; corrective and preventive action procedures to include procedures for addressing Government discovered non-conformances; procedures for trend analysis; and procedures for collecting and addressing customer feedback/complaints. The QCP shall document process control and process performance measurement procedures that shall include how the Contractor shall implement preventive corrective actions. The Contractor shall demonstrate that it has designed quality into the delivery of services thereby mitigating the risk(s) associated with delivery of deficient or nonconforming services. 1.13.4. The contractor shall keep records on-site of all inspections conducted by the Contractor and necessary corrective action taken. These documents shall be available for inspection by the Government during the term of the contract. 1.13.5. The QCP shall contain methods of communications (direct and indirect) with the Government regarding performance of the contract. Communication shall include regular and formal meetings with the Government for review and analyses of key process indicators, analysis of process deficiencies, and problem resolution. 1.13.6. The QCP shall have a customer comment processing system for correction of Contracting Officers Representative (COR) validated comments received verbally or through the Interactive Customer Evaluation (ICE) program. The system should be designed to provide feedback to the Government based on customer contact, investigation of derogatory comments, rebuttal to derogatory comments, or corrective action(s). Government collected and graded customer satisfaction comment cards will be part of the Government’s performance evaluation process. The contractor shall document all customer complaints and report the complaint to the COR within one workday after receipt of complaint. The contractor shall use electronic mail or other written memoranda as notification. Each customer complaint reported to the COR shall have a scheduled completion date subject to COR approval. 1.13.7. Upon request from the KO or COR, the Contractor shall provide, all reports generated as a result of the Contractor’s quality control efforts. This shall include any summary information used to track quality control, including any charts/graphs. 1.14. Contractor Discrepancy Report (CDR): When the Contractor's performance is unsatisfactory, a CDR will be issued. The Contractor shall reply in writing within five (5) work days from the date of receipt of the CDR, giving the reasons for the unsatisfactory performance, corrective action taken, and procedures to preclude recurrence. 1.15. Quality Assurance: The COR will evaluate the Contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the COR must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). When an observation indicates defective performance, the COR will require the Contractor or designated on-site representative to initial the observation to acknowledge the defective performance. The acknowledgement of the observation does not necessarily constitute Contractor concurrence with the observation, only that the Contractor has been made aware of the defective performance. 1.16. Property Management System: The Contractor shall establish a system to manage Government Furnished Equipment (GFE) in its possession to control, use, preserve, protect, repair and maintain. The Property Management System (PMS) must be adequate to satisfy the requirements of the contract. 1.17. Place of Performance: Contractor shall have routine access to training areas located on Fort Bragg that are owned and operated by the Federal Government. The work to be performed under this contract shall be accomplished within the boundaries of Fort Bragg Training Area in Fort Bragg, North Carolina 28310. 1.18. National Industrial Security Program (NISP). The Contractor shall implement and maintain a security program for control of personnel, property, and information, including, unclassified and classified materials, documents, and records. 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. In addition, the Contractor’s security program shall include provisions for, but not limited to: --Initial and Annual Operations Security (OPSEC) awareness training IAW AR 530-1. Operations Security, new contract employees shall complete Level I OPSEC training within 30 calendar days of their reporting for duty and annually thereafter. --Receiving, storing, disseminating, transmitting, transporting, and protecting items classified as CONFIDENTIAL or SECRET by the Government, including the use of courier cards. --In-processing and out-processing Contractor personnel for security matters. --Obtaining Contractor personnel security clearances. --Documenting and reporting actual and potential security problems. --Initiating proper procedures to correct documented problems and implementing corrective procedures in the Contractor's security program. --Filing Classified Documents. All Government-furnished classified and unclassified files in existence at the contract performance start date and those generated under this contract shall be maintained in accordance with AR 25-400-2 or other applicable regulations. Files shall be transferred to the KO or designated representative upon completion of the contract period or last day of contract performance, whichever comes first. Such files are the property of the U.S. Government. The Contractor shall provide security of classified documents in accordance with AR 380-5 and DOD 5200.1-R, NISP Operating Manual. 1.19. Physical Security Plan. This portion of the Contractor’s security program shall address physical security aspects associated with contract performance and describe how the Contractor shall prevent unauthorized access, vandalism, pilferage, larceny, sabotage, and arson directed toward Contractor-controlled facilities and Government Furnished Property (GFP). The following regulations shall apply when developing the physical security plan: ARs 190-11, 190-13, and 190-51; Department of Defense (DOD) 4500.9-R, and Department of Defense Instruction (DODI) 5100.76 and DODI 5220.22. The Contractor shall develop and implement a physical security plan in accordance with AR 190-13. 1.20. General Contractor Requirements: 1.20.1. The Contractor shall be responsible for ensuring all personnel performing work under this contract possess and maintain current certifications as indicated in this PWS during the execution of this contract. 1.20.2. Contractor personnel performing work under this contract shall be able to read, write, speak, and understand the English language to effectively carry out all contract requirements. They shall have a command of both the written and spoken English language to properly clearly, and effectively communicate in person or via electronic devices (telephone or Email) with co-workers, customers, and the general public. 1.20.2.1. Contractor personnel performing work under this contract shall be U.S. citizens unless the provisions of Army Regulation 25-2, Information Assurance have been fully completed and approval has been granted by the Government for the non-U.S. citizen to perform the required support. 1.20.3. Key Personnel: Key personnel shall not be added to or removed from the contract without express acknowledgement by the KO and COR. Any changes to the working status of these key personnel shall be transmitted (in writing) to the KO and COR within one (1) work days of the proposed change. If, for any reason, any of the key personnel becomes, or is expected to become, unavailable for work under this contract for a continuous period exceeding one work days the contractor shall promptly replace personnel with personnel who possess qualifications equal to or better than that of the original employee. The Contractor shall ensure all key personnel terminated or released from employment under this contract are replaced within one (1) work day of the termination. 1.20.3.1. The following are considered key personnel by the Government: The Contractor shall provide a Program Manager (PM) who shall be responsible for the performance of the work under this contract. The name of this person, and an Alternate PM (APM), who shall act for the Contractor when the PM is absent, shall be designated in writing to the KO at the post award conference. The PM or AM shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The PM or APM shall be available between the hours of 8:00 AM to 08:00 PM, Sunday through Saturday, except federal holidays or when the government facility is closed for administrative reasons 1.20.4. Identification of Contractor Personnel: All Contractor 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. 1.20.5. Contractor Personnel Appearance and Performance: It is essential that all Contractor personnel meet the highest standards of professionalism and personal integrity. The Contractor shall ensure their personnel do not perform work under the influence of alcohol, illegal prescribed drugs or any other incapacitating agents. Contractor personnel shall be neatly groomed and dressed in appropriate seasonal attire to perform their duties IAW the PWS. 1.20.5.1. Personal Protective Equipment (PPE) Ballistic Helmets, hard hat or equivalent, eye protection, ear protection and gloves shall be made available by the contractor upon request. 1.20.6 Conduct of Personnel: The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of misconduct, security, or found to be under the influence of alcohol, drugs, or other incapacitating agents. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interest of the Government. In accordance with (IAW) Joint Ethics Regulations, DOD 5500.7-R, and 18 U.S.C. 1382 (1972), The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement of providing sufficient personnel to perform the services as required by this contract. 1.21. Contractor Travel: N/A 1.22. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation (FAR) Subpart 42.5. CORs must ensure that they receive copies of written minutes and other correspondence related to these meetings, including follow-up actions. These meetings shall be at no additional cost to the Government. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and/or terminate contracts, and to make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor, as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. CONTRACTOR PERSONNEL. Contractor and subcontractor employees performing working under this contract. 2.1.5. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement (PWS). 2.1.6. DELIVERABLE. Anything that can be physically delivered, but may include non- physical things, such as meeting minutes or reports. 2.1.7. GOVERNMENT-FURNISHED PROPERTY (GFP) OR GOVERNMENT PROPERTY (GP). Property in the possession of or directly acquired by the Government and subsequently made available to the Contractor. 2.1.8. KEY PERSONNEL. Contractor employees who are critical for achieving PWS objectives. Key personnel shall meet position qualification and experience requirements indicated in the PWS. When key personnel qualifications are used as an evaluation factor in “Best Value” procurement, the Contracting Officer is the only one authorized to concur with key personnel replacement after award of the contract. When proposed key personnel resumes are used as an evaluation factor in best value procurement, a letter of commitment may be required from the individual whose resume is provided. 2.1.9. LOCAL TRAVEL: Any travel that is required to perform services IAW the PWS that is within a 50-mile radius of the place of performance. 2.1.10. PERFORMANCE PREQUIREMENT SUMMARY (PRS). A listing of the service outputs under the contract that are to be evaluated by the COR on a regular basis, the surveillance methods to be used for these outputs, and the performance requirement of the listed outputs. 2.1.11. PHYSICAL SECURITY. Actions that prevent the loss or damage of government property. 2.1.12. PROPERTY ADMINISTRATOR (PA). The authorized representative of the Contracting Officer appointed in accordance with agency procedures, responsible for administering the contract requirements and obligations relating to government property in the possession of a Contractor. 2.1.13. PROPERTY MANAGEMENT SYSTEM. System established by the Contractor that is used to manage GFP/GFE in its possession to control, use, preserve, protect, repair, and maintain. 2.1.14. QUALITY ASSURANCE. A planned and systematic pattern of all actions necessary to provide confidence that adequate technical requirements are established; products and services conform to established technical requirements; and satisfactory performance is achieved. For the purposes of this document, quality assurance refers to actions by the Government. 2.1.15. QUALITY ASSURANCE SURVEILLAND PLAN (QASP). The Government’s organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance. 2.1.16. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.17. SUBCONTRACTOR. One that enters into a contract with a prime Contractor. The Government does not have priority of contract with the subcontractor. 2.1.18. WORK DAY. The length of time during a day in which the Contractor provides services, in accordance with the contract. Also referred to as Business Day. 2.1.19. WORK WEEK. Monday through Friday, unless otherwise specified. 2.2. ACRONYMS: AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation BN STX Battalion Situational Training Exercise CALFEX Combined Arms Live Fire Exercise CCE Contracting Center of Excellence CFR Code of Federal Regulations CMDF Controlled Material Destruction Facility CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Form 254 DD1466 Building Pass DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 KO Contracting Officer OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase-In/Phase- Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Plan TE Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Utilities: The Government will provide on-site portable restrooms for use by Contractor personnel during the duration of this contract. The Contractor shall instruct all employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1. General: The Contractor shall furnish all supplies, equipment, facilities, and services required by the CRPs to perform work under this contract that are not listed under Part 3 of this PWS. 4.2. Materials: The Contractor shall provide all materials and clothing necessary to meet the requirements of the CRPs under this PWS. 4.3. Equipment: The Contractor shall provide all equipment necessary to meet the requirements of the CRPs under this PWS. PART 5 SPECIFIC TASKS 5. Specific Tasks: The Contractor shall provide all supervision, personnel, equipment, supplies, transportation, tools, materials, and non-personal services necessary for the CRPs to support the Mission Specific STX within the boundaries of Fort Bragg Training Area, Fort Bragg, North Carolina, 28310. 5.1 Mission Specific Situational Training Exercises (STX). The 82ABN DIV is requesting thirty (30x) Cultural Role Players (CRPs) to support the Mission Specific STX. The requesting unit will subdivide CRPs between the exercise’s STX lanes where the CRPs will fill the role of replicating individuals the Company, Battery, and Troop leaders may potentially need to engage. 5.1.2. The contractor must be able to adjust to changing weather conditions or other conditions affecting maintaining continuity between CRPs and the training audience. The gender for the CRPs supporting the Mission Specific STX is immaterial. The CRPs will support the following roles during the STX execution: Army Company Commander / Platoon Leader, village mayors, police chiefs, Improvised Explosive Device (IED) maker, local political / religious leaders, Local Militia, and villagers. 5.1.3. The Contractor shall provide transportation for the CRP s to and from lodging and the Centralized CRP Consolidation Point. The Regional Government Points of Contact (or ACOR) will meet the CRPs assigned to their region at the Centralized Consolidation Point and provide follow-on transportation for the CRP to their assigned duty location. The Regional Government Points of Contact will transport the CRPs assigned to their region back to the Consolidation Point and where the Contractor will provide follow-on transportation for the CRP to their assigned lodging location. 5.1.4. The requesting unit’s designated COR/ Regional Government Point of Contact (or ACORs) will designate the time for the role players to be in character and the contractor shall maintain reasonable hours in order to sustain continuity of interaction for the duration of the ten (10) days of exercise execution and two (2) days of familiarization and rehearsals. The contractor shall coordinate timing of the CRPs arrival and departure to the training site with the requesting unit (82ABN DIV) in order to enable the executing unit to accomplish their mission. 5.2. Logistical and Range Safety. Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform operations necessary for support of role players supporting the 82ABN DIV within the boundaries of Fort Bragg Training Area, Fort Bragg, North Carolina, 28310. 5.2.1. All contracted Cultural Role Players shall follow applicable Fort Bragg Range Operations Safety Guidance. Contractors shall abide by range Standing Operating Procedures (SOPs) established by the requesting unit and Fort Bragg Range Control. Contracted support personnel shall maintain minimum safe distance (MSD) during all identified hazards and their movement shall be controlled by the Range Officer in Charge (OIC). 5.3. Contractor Manpower Reporting: The contractor will report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the UNIT NAME via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: , then click on “Department of the Army CMRA” or the icon of the DoD organization that is receiving or benefitting from the contracted services. 5.3.1 Reporting inputs will be for the labor executed during the period of performance during each Government FY, which runs from 1 October through 30 September. While inputs may be reported any time during the FY, all data shall be reported no later than October of each calendar year. Contractors may direct questions to the help desk by clicking 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 at . The required data fields include: 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 Product Service Code (PSC)/Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant PSC/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 or 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. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS): 6.1. The Contractor shall abide by all applicable regulations, publications, manuals, and local policies and procedures. AR 25-2, Information Assurance AR 530-1, Operations Security (OPSEC) AR 190-13, The Army Physical Security Program Defense Federal Acquisition Regulation Supplement (DFARS) Joint Travel Regulation (JTR) AR 735-5, Policies and Procedures for Property Accountability DODD 8570.01, Information Assurance Training Certification and Workforce Management DOD 8570.01-M, Information Assurance Workforce Improvement Program DODI 3020.41, Contractor Personnel Authorized to Accompany the U.S. Armed Forces DODI 2000.16 DoD Antiterrorism (AT) Program Homeland Security Presidential Directive- 12 (HSPD-12) PART 7 TECHNICAL EXHIBIT LISTING 7. Technical Exhibit List: 7.1. Technical Exhibits: Technical Exhibit 1 Performance Requirements Summary Technical Exhibit 2 Deliverables Schedule TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The standard should relate to timeliness, quality, or quantity (metrics) of service required by the Contractor is stated in the PWS verbiage. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective Standards Performance Threshold Acceptable Quality Levels Incentive or Disinvites % Deduction from monthly invoice for not meeting Performance Standards Incentive or Disinvites % Deduction from monthly invoice for not meeting Performance Standards Incentive or Disinvites % Deduction from monthly invoice for not meeting Performance Standards PRS #1. Mission Specific STX Cultural Role Players IAW PWS Para # 5.1 The requesting unit (82 ABD) is requesting the Contractor provide thirty (30) Cultural Role Players (CRPs) to support the Mission Specific STX in the Fort Bragg Training Area during the two (2) days of familiarization and rehearsals and ten (10) days of exercise execution. Contractor shall provide all wardrobe, materials, personnel, head gear, supervision and other items and non- personal services necessary to service 12 total iterations (Iteration 1-2 – Familiarization and Rehearsal Days 1-2, Iteration 3 -12, Day 3-12 for a duration of 1x 12-hr shift per day, 12x 12-hr shifts per iteration 1-12 and 144 hours per 12x iteration of work over 12 days. 95% Compliance 95% Compliance Less than acceptable performance could result in reduction in payments at the discretion of the Contracting Officer. A negative past performance. review of the Contractor could affect future contract awards Less than acceptable performance could result in reduction in payments at the discretion of the Contracting Officer. A negative past performance. review of the Contractor could affect future contract awards Less than acceptable performance could result in reduction in payments at the discretion of the Contracting Officer. A negative past performance. review of the Contractor could affect future contract awards Retraining iterations may require CRP personnel, and the contractor must be able to adjust to changing weather conditions or other conditions affecting maintaining continuity between CRPs and the training audience supported unit. The gender of the CRPs is immaterial. The CRPs will support the following roles during the STX execution: village mayors, police chiefs, Improvised Explosive Device (IED) maker, local political / religious leaders, Local Militia, and villagers. The Contractor shall provide transportation to and from lodging and the Cultural Role Player Consolidation Point. The requesting unit’s designated (82ABN DIV) COR / Regional Government Points of Contact will designate the time for the CRPs to be in character and the contractor shall maintain reasonable hours in order to sustain continuity of interaction for the duration of the ten (10) days of exercise execution and two (2) days of preparations and rehearsals. The contractor shall coordinate timing of CRPs arrival and departure to the training site with the requesting unit (82ABN DIV) in order to enable the executing unit to accomplish their mission. ATTACHMENT 2 Deliverables Schedule Deliverable Reference PWS Format Due POC Background Check results Upon request by the 1.7.3 Electronic Installation Security COR Office Substance.Abuse Checks 1.7.4.1.2 Electronic Upon request by the COR. COR 100% CRP Personnel Inventory to include personnel transporting CRPs 1.7.4.9 Original hard copy and electronic copy 48 Hours prior to Period of Performance (PoP) Midpoint during PoP KO/COR Lead CRP Update 5.1.5 Verbal/Electronic Daily COR CRP Personnel Log 5.1.6. Electronic Daily COR ................
................

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

Google Online Preview   Download