General Services Administration

 Performance Work StatementIntelligence Analyst forNaval Construction Group ONEPort Hueneme, CA*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 SCOPE The contractor shall provide intelligence readiness support for Naval Construction Group One (NCG-1), Port Hueneme, California and 10 subordinate units consisting of approximately 4,600 personnel in Okinawa, Guam, Hawaii, San Diego, and Port Hueneme, and 20 detachment sites throughout the INDOPACOM AOR. NCG-1 requires contractor support to successfully provide Naval Construction Force (NCF) leadership with timely, accurate intelligence; adequately staff NCF units with intelligence professionals; adapt current NCF training to meet current and future operations; and to ensure NCF has equipment and access necessary to excel at intelligence operations. 1.1 BACKGROUND NCG-1 Intelligence staff supports the mission through training of Intelligence Specialists attached to subordinate units. NCG-1 Intelligence provides training, oversight and support for all subordinate battalion intelligence departments. In support of construction operations, NCG-1 Intelligence provides field-training scenarios, intelligence training courses and collection management to homeported NCF units. Currently, NCG-1 Intelligence Department is unfunded in critical billets to executing its mission. Contractor support will allow NCG-1 to function properly until a permanent solution can be reached. 2.0 ACRONYMSAAR After Action ReportAPACS Aircraft and Personnel Clearance SystemCART Command Assessment for Required TrainingCAS Collaboration at SeaCBMU Construction Battalion Maintenance UnitCM Contact MemoCONUS Continental United States (excludes Alaska and Hawaii)CUB Commander's Update BriefDOD Department of DefenseDoN Department of the NavyDONCAF Department of Navy, Central Adjudication FacilityDTS Defense Travel SystemEDA Expeditionary Domain AwarenessFDR Foreign Disclosure RepresentativeFTX Field Training ExerciseGMT General Military TrainingIA Individual AugmentationICOP Intelligence Carry-On ProgramIIR Initial Intelligence ReportIO Intelligence OversightISOPREP Isolated Personnel Recovery ProgramISR Intelligence, Surveillance, ReconnaissanceJIPOE Joint Intelligence Preparation of the Operating EnvironmentJPAS Joint Personnel Adjudication SystemKLE Key Leader EngagementNACI National Agency Check with InquiriesNACLC National Agency Check with Local Agency and Credit ChecksNBVC Naval Base Ventura CountyNCF Naval Construction ForceNCG Naval Construction GroupNCR Naval Construction RegimentNECC Navy Expeditionary Combat CommandNMCB Naval Mobile Construction BattalionOCONUS Outside Continental United States (includes Alaska and Hawaii)OPM Office of Personnel ManagementPDIB Post Deployment Intelligence ReportPOC Point Of ContactPWS Performance Work StatementRC Reserve ComponentRDE Ready to Deploy EvaluationRFI Request for InformationRPPO Repair Parts OrderingSAAR-N System Authorization Access Request – NavySBU Sensitive, but UnclassifiedSCI Sensitive Compartmented InformationSF86 Questionnaire for National Security PositionsSME Subject Matter ExpertTASO Terminal Area Security OfficerUCT Underwater Construction TeamVAR Visitor Authorization Request 2.1 APPLICABLE DIRECTIVES · Contractor employees shall abide by NCG-1 Port Hueneme safety and health standards consistent with the requirements of OPNAVINST 5100 series, Navy Occupational Safety and Health (NAVOSH) Program. · OPNAVINST 5100.23, Navy Occupational Safety and Health Program ManualSECNAVINST 5100.10J – Department of the Navy Policy for Safety, Mishap Prevention, Occupational Health and Fire Protection ProgramsOPNAVINST 3120.32C – Standard Operation and Regulations of U.S. NavyCode of Federal Regulations (CFR) – 29 – Labor· Executive Order 12333, U.S. Intelligence Activities· DODINSTS-52400.42· Code of Federal Regulations (CFR) – 40 – Protection of Environment· Code of Federal Regulations (CFR) – 49 – Transportation · COMNAVNECC 6000 series 3.0 TASKS The contractors shall provide support to NCG-1 and subordinate battalions as described below. The contractor shall maintain intelligence logs and integrate current intelligence into training scenarios and intelligence products. The contractor shall maintain intelligence updates to adjacent, higher and subordinate units and manage overall readiness of NCG-1 N2 as described below. The government estimates 2 Full Time Equivalents (FTE) are required to support this requirement. 3.1 INTELLIGENCE ANALYST:3.1.1 Assist NCG-1 Intelligence Department in administration, manning and equipment management3.1.2 Manage day to day readiness functions including ordering repair parts through RSUPPLY and Open Purchase Requests, conducting quarterly inventory and evaluating conditional readiness of equipment,3.1.3 Establish and maintain intelligence records and files,3.1.4 Initiate, coordinate and conduct research efforts,3.1.5 Gather, analyze, and evaluate information from a variety of sources,3.1.6 Assimilate current intelligence into training curriculum,3.1.7 Use knowledge and understanding of language, culture and history of specific regions to assist NCG-1 Intelligence Staff in assessments of geographic and function areas of operation,3.1.8 Assimilate current intelligence into JIPOE products,3.1.9 Complete internal, unclassified Admin dashboard updates by end of day every other Thursday,3.1.10 Manage access to networks on behalf of NCG-1 intelligence department staff,3.1.11 Gather inputs from subordinate units for monthly update to NECC,3.1.12 Create a classified update slide for submission to NECC by the 24th day of each month,3.1.13 Contact NMCB and NCR intelligence departments each week for opportunities to assist,3.1.14 Contact UCT and CBMU operations departments each month for opportunities to assist,3.1.15 Manage NCG-1 ISOPREP program,3.1.16 Accurately track manning timelines for NCG-1 and subordinate unit ensuring N2 departmental staff is made aware of any pending gaps in manning structure,3.1.17 Ensure NCG-1 N2 course offerings are filled by the appropriate subordinate unit as specified in the CART schedule,3.1.18 Schedule meetings between NCG-1 travel staff and NCF personnel,3.1.19 Draft reports based on notes from meetings,3.1.20 Manage NCG-1’s intelligence knowledge database,3.1.21 Manage NCG-1’s FTX document database,3.1.22 Assimilate current intelligence into FTX scenarios,3.1.23 Manage NCG-1’s RFI log,3.1.24 Compose document drafts based on intelligence collectors field report notes,3.1.25 Manage NCG-1’s EDA pages,3.1.26 Finalize AARs/PDRs for submission to NECC,3.1.27 Analyze information, provide judgments and make recommendations to support decision makers to take action to mitigate all threats,3.1.28 Facilitate information sharing by developing relationships, forming networks and partnering with international, national, state, and local contacts in the intelligence communities. 4.0 PERFORMANCE OBJECTIVES TASKPERFORMANCE OBJECTIVEPERFORMANCE STANDARDSFREQUENCYACCEPTABLE QUALITY LEVEL (AQL)SURVEILLANCE METHOD4.1AARs and PDIBsAdhere to requirements as specified by NECC N2ContinualTimeliness: Reports must be submitted on or ahead of schedule at least 98% of the time.Force Intelligence Officer will review documents that are submitted4.2Knowledge Databases ManagementEnsure “drop” folder data is no more than 5 days oldContinuous95% of incoming information is processed into courses material, Intel CUB or FTX scenarioForce Intelligence Officer will periodically review database.4.3RFI LogEnsure 90% of RFIs are satisfied on time according to EDA portalAs specified by RFI customer>90% of deliverables submitted timely and without rework required.AS evaluated by EDA management team4.4FTX DocumentsDocuments shall be updated 90 days before commencement of exerciseAs specified by N27 in conjunction with the N7E100% accuracyInspection by the N2 exercise staff 90 days before commencement of exercise4.5Course CurriculumDocuments shall be updated 14 days before commencement of the courseAs specified by the N27 in conjunction with the CART schedule100% accuracyInspection by the N2 exercise staff 14 days before commencement of course4.6Management of TASO, RPPO, Spaces and administrative reportsWeekly submission of requirementsContinual100% completionN2 departmental staff will monitor continuously4.7Management of manningEnsure N2 departmental staff is aware of any changes in unit manning readinessMonthly100% accuracy of manning dataManning data will be reviewed in submission of NECC monthly update4.8Scheduling debriefs80% of travelers are contacted to schedule a debriefQuarterly, travel records will be compared to debriefing history>90% of meetings are scheduled at least 10 days upon return from travel and or post travel absenceQuarterly evaluation by NCG-1 N2X4.9Debrief reports100% of meetings result in a post meeting reportOccurs after each travel meeting100% accuracyAs tasked by the NCG-1 N2X5.0 REQUIRED PERSONNEL QUALIFICATIONS · Contractor employees shall have skills in typing/keyboarding, organizing, and Microsoft Office Professional applications including Word, Excel, PowerPoint, and other applicable programs.· Contractor shall have the ability to communicate orally and in writing.· Contractor shall be skilled in typing/keyboarding, organizing, use of Microsoft Office Professional applications, use of LAN computing operations, analyzing problems and generating flowcharts.· Contractor shall have the ability to multi task and give special attention to detailed work.· Contractor shall have knowledge of filing systems. Good organizational skills. · Contractor shall have three years’ experience in military or federal government intelligence analysis.· Prior experience as a HUMINT analyst is preferred.· Prior experience as an OPINTEL analyst is preferred.· Current secret security clearance required. 6.0 REQUIRED TRAINING Contractor personnel are expected to complete annual training as follows:Information Assurance (IA) IAW SECNAVINST 5239.3BAnti-terrorism Level 1 IAW DODINST 2000.16Suicide Awareness & Prevention IAW OPNAVINST 1720.4AOperational Security (OPSEC) IAW OPNAVINST 3432.1APersonally Identifiable Information (PII) IAW DOD Regulation 5400.11-R 7.0 WORK HOURS The contractor shall develop personnel work schedules to ensure tasks within this PWS are performed. The below information is provided as historical information only to provide insight on existing work schedules: Core hours are 0730-1630, Monday through Friday, excluding legal public holidays. A typical workday consists of 8 hours. Should work outside the core hours become necessary, it is the contractor’s responsibility to adjust the employees’ schedules as necessary. 7.1 OVERTIME REQUIREMENTS No overtime is anticipated. 8.0 PLACE OF PERFORMANCE Naval Construction Group ONE (NCG-1), 2251 Pacific Road, Port Hueneme, CA. 93043-4302. 9.0 GUIDELINES Knowledge and experience on guidelines which includes command directives, policies and procedures, and local directives and SOPs. Guidelines are not always directly applicable to specific situations however the contractor shall use reasonable discretion and critical judgment in applying guidelines. The guidelines included or referenced within this PWS provide a basic outline of the tasks and their required outcomes, with the detailed methodology used to accomplish tasking left up to the manager. 10.0 COMPLEXITY The work requires critical thinking, problem solving, public speaking skills and the ability to learn new processes and procedures as the programs evolve. The work also requires the contractor to be able to provide training on their section and articulate any concerns they may have. 11.0 OTHER DIRECT COSTS N/A 12.0 ESTIMATED TRAVEL The government anticipates travel will be required for this position. All travel costs incurred for the life of this tasking shall be in accordance with the Federal Acquisition Regulations (FAR), Part 31 and Joint Travel Regulations (JTR), Volume 2. Yearly travel is estimated at 32 days total, accumulated over two 16-day periods. 13.0 WORK ENVIRONMENT AND PHYSICAL DEMANDS Work environment is administrative and requires no physical demands. 14.0 NON-PERSONAL SERVICES STATEMENT Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management shall ensure that employees properly comply with the performance work standards outlined in the statement of work. Contractor employees shall perform their duties independent of, and without the supervision of, any Government official or other Defense Contractor. The tasks, duties, and responsibilities set forth in the task order may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. 15.0 EMPLOYMENT OF FEDERAL EMPLOYEES The contractor shall not employ or enter into a contract with any person to perform work under this contract who is an employee of the United States Government, either military or civilian, unless such person receives approval IAW applicable Federal, and DOD regulations. 16.0 SECURITY REQUIREMENTS. 16.1 GENERAL: Performance of this performance work statement (PWS) may require access to official information up to the level of SECRET for all tasks. Accordingly, the government will issue a DD-254.The Contractor shall designate, in writing, a Contract Security Officer (CSR). The CSR is the government point of contact and responsible for handling all contractors to government related security matters.16.2 INFORMATION SECURITY: All data provided to the contractor by the Government and/or developed by the contractor for the Government shall be protected from disclosure in accordance with the appropriate classification markings. All other information relating to the items to be delivered or services to be performed under this delivery order may not be disclosed by any means without prior approval by the Government. Dissemination or public disclosure includes, but is not limited to, permitting access to such information by foreign nationals or by any other person or entity; publication of technical or scientific papers; advertising; or, any other proposed public release. The contractor shall provide adequate physical protection to such information so as to preclude access by any person or entity not authorized such access by the Government. 16.3 PHYSICAL SECURITY: The contractor shall establish and implement methods of making sure all keys and or electronic lock access codes issued to the contractor by the government are not lost or misplaced and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the government without authorization from the government. The contractor shall immediately report to the COR any occurrences of lost or duplicated keys and or lost electronic access codes. In the event keys are lost or duplicated and upon written direction of the COR, the contractor may be required at no cost to the government to re-key or replace the affected lock or locks. Performance of the tasks of this PWS requires access to classified information up to and including the level of SECRET.· Furthermore, the government may exclude contractor personnel from certain events, locations and venues for security reasons. The respective technical representative will make every effort to inform contractor personnel of such events, locations, and venues in advance.· Non-U.S. Citizens: Due to security clearance requirements, the contractor shall ensure all personnel employed in the performance of this award are United States citizens. Contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, privacy act data, sensitive but unclassified (SBU) information, classified information, and all government personnel work products that are obtained or generated in the performance of this task order. · Contractor employees are required to have National Agency Check, NACLC investigation at a minimum in accordance with DoD Instruction 8500.2. Local Agency Check and Local Credit Check must be submitted and results received prior to commencement of work. A security clearance may also be required to perform work under this contract. 16.4 AN “UNFAVORABLE” OR “NO DETERMINATION” ADJUDICATION OF THE CONTRACTOR EMPLOYEES INVESTIGATION WILL RESULT IN IMMEDIATE TERMINATION OF ACCESS TO THE WORKSPACE AND RECORDS Purpose: Reference is hereby made to Navy awarded contracts requiring contractor access to Navy information systems, SBU information, areas critical to the operations of the command, and/or classified information. Although these contracts may not be classified, contractor employees are required to have obtained a favorably adjudicated NACLC determination at a minimum. The DoN has determined that all DoN Information systems are sensitive regardless of whether the information is classified or unclassified. A contractor whose work involves access to sensitive unclassified information warrants a judgment of an employee's trustworthiness. Therefore, all personnel accessing DoN Computer systems must undergo investigation for a position of trust to verify their trustworthiness. Also, Commands will include Facility Access Determination (FAD) program requirements in the contract specifications when determinations for facility access only will be required on the contractor employees. The following addresses those requirements for Security. 16.5 NO FOREIGN NATIONAL WILL BE EMPLOYED ON THIS GOVERNMENT CONTRACT.This limitation does not apply to employees hired overseas in accordance with Status of Forces Agreements, Diplomatic (memorandums) of understanding or other Host Nation Agreements. Employees hired under these agreements are subject to local pre-employment checks.“Each contractor employee shall comply with the HSPD-12 E-Verify Federal Acquisition Regulations FAR Clause 52.222-54- Employment Eligibility Verification”.All contractors, working within DoN Spaces must be entered into the JPAS, and then owned by their contracting company facility security officer (FSO). The receiving command Security Manager will then service those individuals in JPAS for tracking and monitoring of their investigation status. If no previous investigation exists, the contractor personnel shall complete the requirement for a NACLC. NACLC’s for positions of trust will be processed through the receiving command Security Manager.Investigative requirements for DoN Contractor personnel requiring access to classified information are managed under the NISP. Requests for investigation of contractor personnel for security clearance eligibility are processed by the OPM and adjudicated by DISCO. When SCI access is at issue, the Department of the Navy Central Adjudication Facility (DoNCAF) is the adjudicative authority for all DoN Contractor personnel requiring SCI access eligibility.The Contractor shall ensure that a complete security package, (two copies of SF-85, SF-85P, SF-86 and FD258) are submitted to the Command Security Officer receiving the contracted services in order for the Security Officer to conduct a suitability review of the submitted investigative forms. The Contractor FSO or security representative shall ensure that individuals assigned to the command are U.S. citizens and will ensure completion of the SF-85P or SF-86. The SF-85P or SF-86 along with the original signed release statements and two applicant fingerprint cards (FD 258) will be forwarded to the receiving command Security Manager at least one week prior to reporting for duty.Personnel cannot be properly processed and provided system access prior to their reporting date without receiving the investigative paperwork one week prior.For contracts requiring a position of trust the Command Security Officer will submit the forms for a position of trust. For classified contracts the contractor FSO will submit the SF-86 to OPM for processing and eventual adjudication by DISCO.The completed SF-85P or SF-86 will be reviewed by the receiving command Security Manager for completeness, accuracy and suitability prior to the submission. If the contractor appears suitable after the questionnaire has been reviewed, the request will be forwarded to OPM.The completed SF-85P or SF-86 along with attachments will be forwarded to the OPM who will conduct the NACI investigation or equivalent. All contract personnel will in-process with the receiving command Security Manager and Information Assurance Manager upon arrival to the command and will out-process prior to their departure.Please note: When processing a Questionnaire for National Security Positions, the applicants can only access the e-QIP system if they have been instructed to do so by an appropriate official at a sponsoring agency. Individuals cannot pre-apply for a security clearance, nor update their security questionnaire, unless granted access by an appropriate agency official. The e-QIP software can be accessed at the OPM website or . The contractor shall provide the completed Questionnaire for Public Trust Positions, or Questionnaire for National Security Positions with the original signed release statements and two applicant fingerprint cards (FD 258) to the receiving command Security Manager for suitability determination. The receiving command Security Manager will review the form for completeness, accuracy and suitability issues, and forward to OPM as detailed on the OPM website. Applicants can obtain an SF-86 or SF-85P by visiting the OPM website located at: . The responsibility for providing the fingerprint cards rests with the contractor. The Department of the Navy Central Adjudication Facility will provide the completed investigation to the receiving command Security Manager for the determination in cases where a favorable determination cannot be reached due to the discovery of potentially derogatory information. The command will provide written notification to the contractor advising whether or not the contractor employee will be admitted to command areas or be provided access to unclassified but sensitive business information. Determinations are the sole prerogative of the commanding officer of the sponsor activity. If the commanding officer determines, upon review of the investigation, that allowing a person to perform certain duties or access to certain areas, would pose an unacceptable risk, that decision is final. No due process procedures are required.The contractor employee shall take all lawful steps available to ensure that information provided or generated pursuant to this arrangement is protected from further disclosure unless the agency provides written consent to such disclosure. Security clearance requirements are defined in the DD-254 of the basic contract for those contracts that will require employees to handle classified information.The FSO will ensure that the SAAR-N is forwarded to the receiving command Security Manager for receipt at least one week prior to the start date for the individual.All authorized users of DoD information systems shall receive initial information assurance (IA) orientation as a condition of access and thereafter must complete annual IA refresher awareness training to maintain an active user account.Pre-employment Clearance Action: Employees requiring access to classified information, upon reporting to their position, will be read into access by the local command security representative. A local classified material handling indoctrination will take place at that time.The I-9 form lists acceptable forms of identification that can be provided to prove U.S. citizenship. Dual citizens are required to renounce their secondary citizenship in order to work for the U.S. government. Citizenship can be renounced by turning in the foreign national passport to a government security officer for destruction or to the originating embassy of the passport. Individuals should request a signed affidavit from their embassy recognizing the renouncing of their citizenship. 18.0 GOVERNMENT FURNISHED PROPERTY The Government will provide adequate working space, all equipment (e.g., desk, chair, computer, drafting equipment, printer, copier, telephone, etc.), utilities, janitorial services, and expendable operating supplies for the duration of this task order. The contractor shall maintain the assigned office space in a neat and orderly manner. Contractor shall only use government-furnished facilities, equipment and supplies to accomplish the tasks required under this order. Personal or company use of phones, utilities, computers, printers, copiers, etc., not directly related to required services is strictly prohibited. The use of government vehicles incidental to the performance of this task is not required. The contractor shall not remove any government-furnished equipment or supplies from the worksite without the express written permission of the Contracting Officer’s Technical Representative or his/her designated representative. 19.0 CONTRACTOR IDENTIFICATION: Contracting personnel must identify themselves as “contractors” when attending meetings, answering Government telephones, or working in situations where their actions could be construed as official government acts. The Contractor must ensure that their employee(s) display(s) his or her name and the name of the company while in the work area, and include the company’s name in his or her email display. 20.0 PERSONNEL COMPLIANCE The contractor shall ensure that contractor employees observe and comply with all local and higher authority policies, regulations, and procedures concerning fire, safety, environmental protection, sanitation, security, traffic, parking, energy conservation, flag courtesy, “off limits” areas, and possession of firearms or other lethal weapons. When two or more directives or instructions apply, the contractor shall comply with the more stringent of the directives or instructions. 21.0 SMOKING/DRUG/ALCOHOL POLICY The contractor shall comply with local command smoking policies and workforce requirements. The contractor shall also comply with all Federal statutes, laws, and regulations to implement a Drug Free Workplace Program (DFWP) as well as work force requirements and local command policies. Copies of both policies will be provided to the contractor by the local command Administrative Officer (AO) at performance start date. 22.0 PERSONNEL CONDUCT The selection, assignment, reassignment, transfer, supervision, management, and control of contractor personnel employed to perform tasks specified herein shall be the responsibility of the contractor. The contractor shall be responsible for the performance and conduct of contractor and subcontractor employees at all times. Personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the installation shall abide by the security regulations listed in the contract and shall be subject to such checks by the Government as deemed necessary. The contractor shall not employ for performance under this contract any person whose employment would result in a conflict of interest with the Government’s standards of conduct. 23.0 PERSONNEL REMOVAL Government rules, regulations, laws, directives, and requirements that are issued during the term of the performance period relating to law and order, installation administration, and security shall be applicable to all contractor employees and representatives who enter the installation. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site or installation. Removal of employees does not relieve the contractor from the responsibility for the work defined in this contract. The contractor is expected to provide support services despite personnel removal or other unforeseen condition. Should replacement become necessary, the government reserves the right to review all resumes of the proposed candidates. Removal by Installation Commander: The Installation Commander may, at his discretion, bar an individual from the installation under the authority of 18 USC 1382 (1972), for conduct that is determined to be contrary to good order, discipline, or installation security and safety. 24.0 INTERACTION WITH OTHER ACTIVITIES Government and contractor personnel will be working in common areas during working hours. Contractor performance shall not interfere with Government work in the area where any service or maintenance work is being performed. In the event the contractor believes that Government and other contractor personnel are interfering with the performance of the tasks described in this PWS, the contractor shall notify the DGR immediately. The contractor is obligated to continue performance of the effort described in this contract unless there is authorization from the KO or DGR/COR to stop work. Failure by the contractor to notify the DGR and receive necessary instructions could result in denial of any additional costs incurred in performance of the contract under such conditions. Other Government contractor’s may be performing required services in areas that interrelate with the requirements of this contract. The Government will facilitate initial contact between contractors performing other contracts and this contract. The contractor shall provide all further required coordination between other contractors for any task specified in this contract that relates to or impacts on any other contracted work. 25.0 GENERAL SAFETY AND HOUSEKEEPING The contractor is solely responsible for compliance of all safety regulations of employees while working on government owned facilities. All accidents which may arise out of, or in connection with, performance of services required hereunder which result in injury, death, or property damage, shall be reported in writing to the Contracting Officer and cognizant COR within twenty-four hours of such occurrence. Reports shall provide full details of the accident, including statements from witnesses. The fore-going procedures shall also apply to any claim made by a third party against the contractor as a result of any accident that occurs in connection with performance under this contract. 26.0 DELIVERABLES 26.1 MANAGEMENT/QUALITY CONTROL PLAN (QCP) The contractor shall ensure quality service is maintained to perform services throughout the life of the contract and methods for improving the overall quality are also employed. Contractors shall therefore prepare and submit a management/quality control plan. The final Government approved plan shall be submitted within five working days of contract start date. The plan shall discuss the Contractor’s overall approach and procedures for evaluating each of the major service areas contained in the PWS, communicating with the Government, resolving deficiencies, identifying potential improvements, and managing day to day operations. As part of the management/QCP, the contractor may conduct internal QC inspections. Results of any contractor internal QC inspections and corrective actions taken shall be made available to the Government for review throughout the performance of this PWS. The Government may periodically require the contractor to update/revise the management/QCP to ensure quality service is maintained throughout the life of the contract.26.2 MONTHLY STATUS REPORT. The contractor will provide Monthly Status Reports. The report will cover the period of the previous calendar month and is due to the COR by the 15th calendar day of the month following the reporting period. The report shall be delivered by email and document and/or include:· Significant work anticipated for the next reporting period· Reimbursable travel accomplished to include dates, person, location, and purpose· A Financial Status Report which includes Actual Summary of Hours and Actual Detailed Hours. The Detail of Hours shall include (as a minimum) employee names, skill levels, labor hours by project/module, rates, monthly costs, cumulative costs, and Other Direct Costs (ODC). Contractor format is acceptable.· Progress for the Period: The Contractor shall provide a summary of work, and activities, accomplished during the reporting period. Significant technical and programmatic work accomplishments.· Activities Planned: The contractor shall provide a brief summary of planned activities to occur in the next reporting period.· Problems Encountered: The Contractor shall provide a brief summary of any problems, issues or delays identified/encountered and recommendations as to their resolution, or any corrective action that was taken to correct identified problems.· If significant variance with either the approved schedule or budget is discovered or an irresolvable issue is encountered, the contractor shall notify the Contracting Officer immediately and not depend on the monthly report to inform the Government. 26.3 MEETING MINUTES/CONFERENCE NOTES The contractor shall take all minutes and notes for all contract related meetings and provide them to the Contracting Officer within five days of the meeting for mutual concurrence. 26.4 FINAL REPORT: The Contractor shall provide a final report, to the COR, within 15 days from the conclusion of this contract period. The report shall summarize all monthly reports addressing: achieved objectives, significant issues, and problems and recommendations to improve the process in the future. 27.0 MEETINGS AND BRIEFINGS: When requested by the DGR, the contractor shall attend, participate in, and furnish input to scheduled and unscheduled weekly meetings, conferences, and briefings. 27.1 MONTHLY MEETINGS: The contractor shall meet with the DGR or COR or TA no later than noon on the 15th of the month to review contract performance. Meetings shall include review and analyses of key process indicators, analyses of process deficiencies, and problem resolution. At these meetings, the DGR and the contractor will discuss the contractor’s performance as viewed by the Government and problems, if any, being experienced. The contractor shall take appropriate action to resolve outstanding issues. 27.2 MEETING ATTENDEES: Meeting attendees shall include contractor managerial, supervisory, and/or other personnel knowledgeable of the subject matter. 27.3 MONTHLY STATUS REPORT: At each monthly meeting, the contractor will brief the DGR using a monthly status report that will be part of the QCP. This report will include at a minimum the quantity of receipts and issues processed, spot inventory validity rates, number of shipments processed and received and any other significant work accomplished during the previous month. 28.0 GOVERNMENT MANAGEMENT OVERSIGHT: Government management will provide general instructions on limitations and deadlines. Completed work will be spot-checked by Government management for adherence to procedures, accuracy and completeness. The government reserves the right to require the Contractor to remove and replace any personnel who provide unsatisfactory performance, demonstrate insufficient knowledge, or possess inadequate skill levels necessary to complete assigned tasks. The contracting officer will notify the Contractor in writing of the need to remove any personnel. The Government must approve, in writing, personnel substitutions proposed by the Contractor at least 15 calendar days prior to the proposed substitution. Any proposed substitute must meet or exceed the qualifications of the individual being replaced. 29.0 TECHNICAL POINT OF CONTACT AND INSPECTION AND ACCEPTANCE: The Contracting Officer (KO) has ultimate authority for administration and modification of this contract and is the only Government Representative that has the authority to direct changes. The KO may delegate certain authority through various appointed representatives, including, but not limited to, the COR, TA(s), one or more technical monitors, and other Government representatives associated with specific functions. The COR and TA(s) under this task order are the persons responsible for performing inspection and acceptance of the Contractor’s performance at the destination. Contact information will be disclosed at time of award. 29.1 Contracting Officer Representative (COR): Name:TBD 29.2 Technical Assistant (TA): Name:TBD ................
................

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

Google Online Preview   Download