Cargo Helicopter, Logistics and Sustainment Support



2 July 2014TORFQ 2014L-3 PERFORMANCE WORK STATEMENT (Cargo Helicopters, Logistics and Sustainment Support)1.0 MISSION OBJECTIVE: The Project Management Office for Cargo Helicopters (PMO CH) has a continuing need for logistics support with regard to the life cycle management of the cargo helicopter fleet. The objective of this Performance Work Statement (PWS) is to provide the Project Management Office with logistics support related contractor services and deliverables to all divisions and program offices, including Foreign Military Sales, within the organization. This effort will include support of the following PMO CH core systems: CH-47D, CH-47F Improved Cargo Helicopter, and MH-47, and all sub systems support. Current knowledge of the H-47 weapon systems and its operations, fleet-wide manpower, readiness, maintenance, training, and supply support requirements will be of the utmost importance to provide effective Logistics Support under this PWS. 1.1 Background: The CH-47 is a medium-heavy lift helicopter that provides a means of maintaining a reliable and responsive capability to conduct operational movement and maneuver throughout the battle space. The CH-47 Program has evolved from the A Model in the early 1960s to the latest F Model configuration that is currently being fielded. The CH-47D model will remain in the U.S. Army’s inventory until 2019, at which time it will have been completely replaced by the CH-47F. The primary mission of the Chinook is the movement of troops, artillery, equipment and supplies in support of combat operations. Other non-combat missions of the Chinook include medical evacuations, fire fighting, disaster relief, and search and rescue.2.0 PERFORMANCE REQUIREMENTS: The Contractor shall perform logistics analyses, maintain and update information management systems, and provide logistics support related to the operational objectives of the Program Management Office for Cargo Helicopters (CH-47). This PWS encompasses logistic support for the CH-47 Cargo Helicopters PM in support of the CH-47D/CH-47F/MH-47 Programs; Sub Systems; Product Improvements; support equipment; maintenance and update of technical publications; all aspects of training including Training Aids, Devices, Simulators and Simulations (TADSS); training analyses, development and execution; and other logistics, acquisition, and materiel fielding support related to the operational objectives of the Program Management Office for Cargo Helicopters. The following performance requirements will reference applicable Integrate Logistics Support (ILS) paragraphs from the AMCOM Express Logistics Statement Of Work (SOW), W31P4Q-05-A-Attachment 1.2.1 Technical Data.2.1.1 Data Development. The Contractor shall maintain and update CH-47 technical publications. This effort shall:Assist in the development of level of repair and maintenance concepts.Review and process DA Form 2028s and Publications Change Requests.Evaluate modifications for impact to publications. Translate materiel system changes into publication updates. Ensure the technical accuracy of publications and the relationships of individual work packages. Modify/develop graphics.Provide advice and recommendations for the maintenance of configuration management.Provide advice and recommendations for the maintenance of provisioning data. Support Government publication verifications.Participate in meetings, briefings and conferences as required.Engage user groups for feedback.Review, research, and compare the Repair Parts and Special Tools List (RPSTL) for the CH-47D aircraft to the CH-47F aircraft. Identify discrepancies in figures where supply codes, parts breakdown, or additional information is incorrect. Provide recommendation for changes in Provisioning Master Record (PMR) and track records on the progress of the correction and assembly of the RPSTL and the PMR. (SOW ILS 7)(SOW ILS1, ILS2, ILS4, ILS7, ILS14, and ILS16)2.1.2Data Integration. The Contractor shall:Organize and maintain data pile work packages and integrate into electronic and paper publications. Provide advice and recommendations on publication architecture.Utilize software tools in the maintenance of publications, including:(1) Standard Generalized Markup Language.(2) Extensible Markup Language (Arbortext).(3) Government-owned Interactive Authoring and Display System.(4) Auto-Trol (graphics).(5) Wire-tracing software.(6) Format Output Specification Instance.Provide data analysis and recommendations in the use of Data Type Definitions (DTD) and Military Standard (MIL-STD) requirements.(SOW ILS 7)2.1.3 Provisioning. The Contractor shall:Develop, integrate and maintain all aspects of the Technical Data and Provisioning Master Record for the CH/MH-47 Airframe and associated systems. Review and process provisioning deliveries for initial and follow-on provisioning. Utilize automated systems to process provisioning actions. Provide guidance to team members on technical issues. Participate in Provisioning Guidance Conferences and other meetings.(SOW ILS4, ILS7, and ILS14)2.2 Fleet Management 2.2.1 The contractor shall maintain the CH-47 publications library. The library contains the Army publications for the CH-47, Flight Information Publications (FLIP), Aviation Engineering Directives (AEDs) and Depot Maintenance Work Requirements (DMWRs). (SOW ILS7)2.2.2 The contractor shall support worldwide fleet management activities for the CH-47 fleet in Continental United States (CONUS) and Outside Continental United States (OCONUS). The contractor shall provide research on aircraft maintenance issues; assign action activity; and monitor and maintain issues in the CH-47 automated database. (SOW ILS 8)2.2.3 The contractor shall provide integrated logistics support in the areas of aircraft maintenance procedures, supply actions and flight operations, analyze aircraft maintenance and provide recommendations to improve the efficiency of supply, maintenance, and operations in meeting the needs of the CH-47 fleet. (SOW ILS 14)2.2.4 The contractor shall provide analyses and recommendations, via appropriate logistics modeling, to the CH-47 fleet manager regarding logistics issues for Material Fielding Support Packages IAW CDRL A002. (SOW ILS 14) 2.2.5 The contractor shall provide input, analyses and recommendations to enable the CH-47 organization to efficiently provide equipment to new, stand-up organizations in support of Army Transformation. (SOW ILS 14)2.2.6The contractor shall provide expertise and input in the development of all efforts related to optimizing the maintenance plan for the CH-47 fleet. (SOW ILS 2 and 14)2.2.7 The contractor shall provide expertise and recommendations for the movement, centralization, and acquisition of CH-47 transportability equipment in support of unit rotations to the combat theater of operations. (SOW ILS 10)2.2.8 The contractor shall provide expertise and input to support the retrograde of Cargo Helicopter equipment as forces in the combat theater are reduced. (SOW ILS 14)2.2.9 The contractor shall coordinate with the CH-47 System Integrator and the Cargo Helicopter Fleet Management Office to implement the Aviation Transformation changes as it relates to fielding and force structure changes. The contractor shall schedule and coordinate CH-47s to be delivered to Boeing IAW the required induction dates provided in the contract between Boeing and the PM. (SOW ILS 14)2.2.10 The contractor shall review and provide input and recommendations for logistics efforts resulting from proposed and approved efforts regarding the development and acquisition of CH-47 peculiar ground support equipment. (SOW ILS 5 and 14).2.2.11 The contractor shall provide input, analyses and recommendations regarding the execution of Army Aviation Transformation requirements and their impact to CH-47 operations and maintenance. (SOW ILS 2)2.2.12 The contractor shall provide input, advice, and recommendations concerning grounding actions, Safety-of-Flight (SOF) messages, Airworthiness Releases (AWR) and Government-Industry Data Exchange Program (GIDEP) or maintenance information messages. The contractor shall provide ILS input to elements within AMCOM who are preparing messages for transmittal to the field. The contractor shall provide technical input and recommendations to the Army concerning the critical safety items program. (SOW ILS 14)2.2.13 The contractor shall perform analyses on CH-47F Faults and Parts Usage Logistics Reports submitted to PM. The contractor shall provide recommendations regarding modifications to parts stockage levels, training deficiencies, troubleshooting procedures, and correct repair procedures. (SOW ILS 4, ILS 6, and ILS14)2.2.14 The contractor shall perform analysis and make recommendations in the implementation of Condition Based Maintenance (CBM) on the CH-47 platform. The primary areas of analysis shall include:Recommend updates to the CH-47D and CH-47F CBM related Performance Specifications. Conduct an ongoing independent assessment of CH-47 DSCs. Provide recommendations for utilization of DSC data to develop performance metrics and increase aircraft availability, reduce maintenance man-hours, eliminate inspections and reduce false removals. Identify, evaluate and recommend fleet management software tools. Responsible for the day-to-day operation and management of the fleet management and CBM technology systems and associated software tools. Conduct analysis of PM Cargo’s fleet management software needs and evaluate/recommend the available software tool(s) that best meet the governments’ requirement(s). This includes tasks such as system upload/download, system operation, and analysis and data management/communication. Provide recommendations and input to the Cargo Reliability Centered Maintenance (RCM) Team to assess component failure modes and address CBM gap analyses. Analyze Digital Source Collector (DSC) faults and exceedances, participate in Data Analysis Working Group (DAWG) meetings and make recommendations to the DAWG regarding the analysis results.Maintain a log of reported incidences and exceedances from the DSC field study sites and support investigation/resolution of reported issues.Conduct unit classroom and hands on training, provide site support, and act as a liaison between G-3, AFMD, Cargo Working Group, and the Users. (SOW ILS6, ILS8, and ILS16)2.2.15 The contractor shall ensure equipment returned to depot is properly serviced according to maintenance procedures in a timely manner for re-issue to CH-47 units. (SOW ILS14)2.3 CH-47 Modernization and Foreign Military Sales Product Management 2.3.1 The contractor shall provide analyses and recommendations for Material Fielding Plans for all Modernization Programs. (SOW ILS 2)2.3.2 The contractor shall provide analyses and recommendations regarding the fielding plan requirements for modernization programs. (SOW ILS 14)2.3.3 The contractor shall provide information regarding shipments with appropriate agencies, conduct hand-off material being fielded in support of Modernization initiatives and document the transactions. The contractor may be required to fly on aircraft for the purpose of acting as an observer to provide analyses and recommendations regarding maintenance analysis of testing procedures with new equipment. Flights are authorized IAW DOD 4515.13-R Air Transportation Eligibility, dated Nov 1994 Paragraph C2.2.9.2. (SOW ILS 14)2.3.4 The contractor shall draft technical recommendations for the Foreign Military Sales (FMS) programs. The contractor shall provide recommendations in the development and review of technical documents required for the full cycle of military sales. The contractor shall provide recommendations based on research and will draft responses to Action Items and Request for Information coming from countries with support cases with the U.S. Army. The contractor shall plan and conduct studies/analysis to improve the total FMS acquisition process.. (SOW ILS 14)2.3.5 The contractor shall provide analyses and recommendations regarding engineering change proposal (ECP) packages checking for feasibility, maintainability, and analyzing the total impact on the logistics footprint, which includes support equipment (e.g. Test, Measurement & Diagnostic Equipment (TMDE), Special Tools, etc.). Analyses and recommendations shall be modified as the system matures or as deficiencies are discovered. (SOW ILS 14)2.3.6 The contractor shall provide input and recommendations regarding draft publications as part of the Government Validation/Verification Team. (SOW ILS 7)2.3.7 The contractor shall provide analyses and recommendations regarding the logistics requirements in support of Modernization projects. (SOW ILS 14)2.3.8The contractor shall provide recommended spare parts stockage level requirements utilizing the preferred model, for new systems being fielded to Army CH-47F aviation and maintenance organizations. (SOW ILS 4) 2.3.9 The contractor shall support the Cargo PMO obsolescence management program and processes by analyzing programmatic, engineering and logistics information. The resulting process will generate decision support information for production, modernization, sustainment, foreign military sales, and recapitalization. (SOW ILS 4)2.4 CH-47F Product Management2.4.1 The contractor shall provide analyses and recommendations regarding the documentation required to support the hardware and software Materiel Release process of new or upgraded end items entering the Army inventory. (SOW ILS 2) 2.4.2 The contractor shall provide draft initial updates to the Basis of Issue Plans (BOIP’s) managed by the Cargo PMO. (SOW ILS 2)2.4.3 The contractor shall provide input and recommendations regarding the management of the Type Classification process for new end items entering the Army inventory. (SOW ILS 2)2.4.4 The contractor shall perform training analysis and provide recommendations regarding the training requirements throughout the life cycle to support new CH-47 systems, configuration changes and subsystems. The contractor shall provide input and recommendations regarding training strategies and plans. (SOW ILS 6) 2.4.5 The contractor shall provide analyses and recommendations to requirement documents, training documents, and logistics documents for training implications regarding current and future Cargo Helicopter Training Aids, Devices, Simulators, and Simulation (TADSS) supporting both the US Government and Foreign Military Sales. (SOW ILS 6)2.4.6 The contractor shall provide Common Avionics Architecture System (CAAS) provisioning and troubleshooting analyses and recommendations regarding CH-47F aircraft to support Cargo Helicopters Project Manager’s Office. (SOW ILS 2)2.4.7 The contractor shall provide expertise for all aspects of supply support for the CH-47F weapons system and emerging configurations. The contractor shall conduct analyses of contractor logistics support input and provide recommendations to supply reports/actions, of repair parts to support emerging CH-47F configurations, and determining requirements for acquiring/distributing and replenishing the inventory. (SOW ILS 4)2.4.8 The contractor shall provide input, analyses and draft reports for the CH-47F Production Line regarding stock status, inventory levels, requisition status, asset tracking, and cost reduction initiatives. (SOW ILS 4)2.4.9 The contractor shall provide input and advice for disposition of the CH-47F Government Property Unit as well as allocation of repair parts, recommended stock level changes, provision reviews and related working groups. (SOW ILS 4)2.4.10 The contractor shall develop recommended Aircraft Movement Orders in support of CH-47F induction and production programs. (SOW ILS 10)2.4.11 The contractor shall provide input and advice regarding the contractor logistic support (CLS) program in support of the Unit Equipment Fielding and Training. (SOW ILS 2)2.4.12 The contractor shall provide detailed draft reports of CH-47 fielding activity to the Logistics Lead for the CH-47F. (SOW ILS14)2.4.13 The contractor shall provide recommendations regarding Line Replaceable Units (LRU) and system component needs in support of CAAS. Contractor shall provide advice and procedures to ensure actions are taken to procure, deliver, test, and maintain LRUs and system components needed to support CAAS. (SOW ILS 2)2.4.14 The contractor shall provide Avionics System Integration (ASI) review and recommendations for war operations, contingency operations other than war, or exercise of plans to support these operations. (SOW ILS 4)2.4.15 The contractor shall update, coordinate and maintain the CH-47F Material Fielding Plan (MFP) including unit Material Fielding Agreements (MFA). (SOW ILS 2)2.4.16 The contractor shall document, coordinate and maintain aircraft distribution plans based upon input/coordination with Department of the Army (DA). (SOW ILS 14)2.4.17 The contractor shall provide input, perform analysis and make recommendations regarding methodologies for fleet-wide application of major aircraft repair efforts including installation of Modification Work Orders (MWO’s) in a “concurrent” installation environment of production planning. (SOW ILS 14)2.4.18 The contractor shall make recommendations and coordinate the development of Special Tools and Test Equipment (STTE) required to support the existing and/or emerging configurations of the Cargo Helicopter. (SOW ILS 5)2.4.19 The contractor shall provide recommendations to the Cargo Helicopter Life-Cycle Sustainment Plan (LCSP), formerly System Support Management Plan. (SOW ILS 2)2.5 Facility Management. The contractor shall review, evaluate, and propose recommended plans to accomplish timely facility maintenance actions and special construction projects performed in the PMO facility. (SOW ILS 11)2.6 Unique Item Identification. The contractor shall provide the following Unique Identification (UID) support: Input, analysis, and recommendations regarding incorporation of the Defense Federal Acquisition Regulation requirements for UID into applicable CH-47 programs. Reviews of applicable input/comments to the Office of Secretary of Defense, DA, and PEO Aviation UID guidance/policies. Coordination with the PM regarding incorporation of the UID requirement into CH-47 contracts. Analysis of and recommended improvements to the CH-47 Legacy UID marking program Coordination with the PM regarding incorporation of the UID requirement into applicable maintenance documentation. Data error analysis and correction support shall comprise all aspects of the UID marking life cycle from candidate selection to determination of marking method to application and retention of UID information, and database maintenance. (SOW ILS 16)2.7 Data Rights. Government requires the delivery of technical data and software according to the CDRL’s included in the contract when awarded. The Government’s data rights and software rightsshall be determined in accordance with the clauses set out in the contract. 2.8 Place of Performance/Hours of Work. The primary place of performance for this PWS will be on-site at Redstone Arsenal in Huntsville, AL. The project requires working eight (8) hours each day, Monday through Friday with coverage to include core business hours from 9:00AM to 11:00AM and 12:00PM through 3:00PM, not to include Federal holidays. 3.0TRAVEL Travel may be required in performance of this PWS. The contractor must receive approval from the COR prior to performing any travel. A consolidation of all trip reports for contractor travel conducted each month is required IAW CDRL A006. Travel to Government sites and contractor facilities in CONUS and OCONUS shall be required in performance of this PWS. The contractor may be required to travel at various intervals to meet with personnel from PEO, AMCOM, and other Government agencies. Approximately 300 trips shall be required with an average of five days duration for one person. The contractor is authorized to include travel IAW Joint Travel Regulations (JTR). For planning purposes, it is estimated that the destination for the estimated 300 trips will include Mesa, AZ; Washington DC; St. Louis, MO; Fort Eustis, VA; Fort Rucker, AL; Fort Hood, TX; Orlando, FL; Fort Campbell, KY; San Diego, CA; Cedar Rapids, IA; Ft. Indiantown Gap, PA; Philadelphia, PA; OCONUS/Europe/ Mid-East/Korea.4.0SECURITY4.1 General. The Contractor shall provide security to a level necessary to meet the requirements of the tasks requested. The Contractor's work effort shall not be above the level of SECRET. Contractor personnel shall retain a SECRET level clearance for the duration of this Task Order. The Contractor shall comply with all applicable security classification guides. The following Security Classification Guide is applicable to this effort - CH-47 Security Classification Guide, signed 08 Sep 2010. However, any additional security classification guides which are need to perform the required tasks and maintain the proper security posture will need to be requested from the Caro Helicopter Project management Officer Security Manager. 4.2 Antiterrorism (AT) Level I Training (general). All prime contractors, including subcontractors identified by the Government, working in CONUS shall complete AT Level I awareness training within 90 days calendar after contract award. The contractor shall maintain certificates of completion for inspection purposes. AT Level I training is available at AT Awareness Training for Contractor Personnel Traveling Overseas. All contractor employees, including subcontractor employees required to travel overseas as a condition of this contract, will receive Government provided AT awareness briefing specific to the destination countries. Additionally, all contractor employees, including subcontractor employees stationed or deployed in OCONUS contingency operations areas or designated combat zones, will receive Government provided AT awareness training specific to the area of responsibility (AOR) at their overseas location. Specific AOR training content is directed by the combatant commander, with the unit Antiterrorism Officer (ATO) being the local point of contact.4.4 Access to General Protection/Security Policies and Procedures. All contractor employees, including subcontractor employees stationed or assigned on a Government facility, shall comply with applicable installation, facility access procedures and local security policies (provided by the Government security personnel). The contractor workforce shall comply with all personal identification verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause in this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security processes or procedures. All contractors stationed or deployed in OCONUS contingency operations areas or designated combat zones, shall upon request, provide all information required for background checks to meet installation access requirements to be accomplished by authorized Government personnel.4.5 iWATCH Training. The contractor and identified associated sub-contractors shall brief all employees stationed on Army installations, facilities, or controlled areas on the local iWATCH program (training standards provided by the requiring activity ATO). This training shall be completed within 90 calendar days of new employees commencing performance at the specified location or effective date of incorporation of this requirement whichever is first. IAW AR 381-12, Threat Awareness and Reporting Program (TARP), 4 Oct 10, contractors will report threat related incident, behavioral indicators, and other matters of Counterintelligence (CI) interest specified in chapter 3, to the Facility Security Officer (FSO), the nearest military CI office, the Federal Bureau of Investigations (FBI), or the Defense Security Service (DSS). Contractor Employees working as an integral part of the Army organization are required to complete annual Threat Awareness training. Contractor FSOs will ensure that all applicable AR 321-12 requirements are implemented for personnel who work at contractor facilities. 4.6 Access to Government IT Systems. Contractors requiring access to Government IT systems must adhere to the requirement of AR 25-2, Information Technology (IT), Rapid Action Revision (RAR), Issue Date: 23 March 2009, on Government installations. All contractor employees and associated sub-contractor employees shall complete the DoD Information Assurance (IA) awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions shall comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six months of employment. Contractor access to SIPRNET via government accounts is restricted to only sites directly related to meeting the requirements of this contract as validated by the COR and/or the Performance Work Statement (PWS). The contractor will not access INTELLINK-S while on the SIPRNET without formal access authorization of the Contracting Officer Representative (COR) and AMSAM-ISI. SIPRNET access via government accounts may not be subcontracted without prior written authorization of the Contracting Officer, COR and AMSAM-ISI in accordance with National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M, dated February 2006, paragraph 9-304. 4.7 OPSEC Training for On-Post Contractors. All contractor employees, including subcontractor employees, stationed on Army installations, facilities, or controlled areas to include OCONUS contingency operations areas or designated combat zones, shall complete OPSEC Level I training within 90 calendar days of starting work on the contract or effective date of incorporation of this requirement, whichever is first. All contractor employees shall complete annual OPSEC training. The contractor shall maintain certifications of completion for each affected contractor employee and subcontractor employee for inspection purposes. OPSEC Level I training is available at EQUIPMENT/INFORMATIONThe effort described under this PWS shall be performed on-site. The Government shall furnish permanent office space, computer equipment, necessary documentation, technical publications, access to Government databases/websites, furniture, telephone services, office supplies, computer network access and peripheral equipment. At the end of the contract period, any equipment, documents provided or developed and software obtained from the Government shall be returned. Wireless devices will be provided to the contractor for performance of this task order.6.0 DELIVERABLESData provided shall be delivered as follows:DI-MGMT-80227, CDRL-A003, Contractors Progress Status and Management Report, shall be delivered on or about the 15th day of each month.DI-ADMN-81505, CDRL-A006, Report, Record of Meeting/Minutes, a consolidation of all trip reports for contractor travel conducted each month shall be delivered on or about the 15th day of the following month. DI-MGMT-81467, CDRL-A011, Cost/Schedule Status report, shall be delivered on or about the 15th day of each month.7.0 ACCOUNTING FOR CONTRACTOR SUPPORTThe contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this task order for the PMO CH via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: , and then click on “Department of the Army CMRA” or the icon of the DoD organization that is receiving or benefitting from the contracted services.Reporting inputs will be for the labor executed during the period of performance duringeach Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk byclicking on “Send an email” which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component’s CMR website.8.0PERFORMANCE OBJECTIVES/METRICS 8.1 This performance-based service task order incorporates the following performance objectives: (1) Delivery of high quality technical performance; (2) Adherence to TO schedule, milestone, and delivery requirements; and (3) Efficient and effective control of labor resources. It is the contractor’s responsibility to employ the necessary resources to ensure accomplishment of these objectives. The Government’s assessment of the contractor’s performance in achieving these objectives will utilize the standards, acceptable quality levels, surveillance methods, and performance incentives described in the Performance Requirements Summary matrix set forth in Appendix A. The performance incentives will be implemented via the Government’s past performance assessment conducted in accordance with Part 42 of the Federal Acquisition Regulation (FAR), as applicable, and the “Task Order Performance” criteria of the annual award term evaluation, Basic BPA provision 45. 8.2 The performance objectives, standards, and acceptable quality levels shall be applied on a TO basis with performance incentives to be implemented on an annual basis. The Government will conduct informal interim counseling sessions with the contractor’s Program/TO Manager to identify any active TO performance that is not meeting the acceptable quality levels. These sessions will be conducted at least on a quarterly basis in order to provide the contractor a fair opportunity to improve its performance level.8.3 The Control of Labor Resources criteria will be reflected under the “Cost” category of the performance assessment. Although the criteria of Business Relations and Management of Key Personnel are not specifically included in the Performance Requirements Summary Matrix, the overall performance assessment will continue to include these criteria.8.4 The contractor will be notified, in writing, of the Government’s determination of its performance level for each performance objective including all instances where the contractor failed to meet the acceptable quality level. APPENDIX APERFORMANCE REQUIREMENTS SUMMARY MATRIXPERFORMANCE OBJECTIVEPERFORMANCE STANDARDACCEPTABLE QUALITY LEVEL (AQL)METHOD OF SURVEILLANCEPERFORMANCE INCENTIVEHigh Quality Technical PerformanceTO requirements met with little rework/re-performance required and with few minor and no significant problems encountered Performance meets all technical and functional requirements, and is highly responsive to changes in technical direction and/or the technical support environmentAssessments, evaluations, analyses, recommendations, and related input are thorough, reliable, highly relevant to TO requirements, and consist of substantial depth and breadth of subject matterDeliverable reports contain all required data and meet all applicable CDRL requirements Contractor delivery of products and/or services meets all TO requirements. Performance occurs with no required re-performance/ rework at least 80% of time. Problems that are encountered are minor and resolved in a satisfactory manner. Routine Inspection of Deliverable Products/ServicesAssignment of performance rating for QUALITY criteria:EXCEPTIONALPerformance and deliverables meet all and exceed many TO requirements. Performance delivered with no required re-performance/rework at least 95% of time; problems that are encountered are minor and resolved in a highly effective manner.VERY GOODPerformance and deliverables meet all and exceed some TO requirements. Performance delivered with no required re-performance/rework at least 90% of time; problems that are encountered are minor and resolved in an effective manner.SATISFACTORYPerformance and deliverables meet all TO requirements. Performance delivered with no re-performance/rework at least 80% of time; problems that are encountered are minor and resolved in a satisfactory manner.MARGINALSome TO requirements not met and/or performance delivered with re-performance/rework required more than 20% of time. Problems encountered were resolved in a less than satisfactory manner. UNSATISFACTORYMany TO requirements not met. Numerous re-performances/rework required. Substantial problems were encountered and inadequate corrective actions employed.Adherence to ScheduleTO milestones, periods of performance, and/or data submission dates are met or exceededContractor meets TO delivery requirements at least 80% of the time (excluding gov’t caused delays)Routine Inspection of Deliverable Products/ServicesAssignment of performance rating for SCHEDULE criteria:EXCEPTIONAL TO milestones/ performance dates met or exceeded at least 100% of time (excluding government caused delays)VERY GOOD TO milestones/ performance dates met or exceeded at least 90% of time (excluding government caused delays)SATISFACTORY TO milestones/ performance dates met or exceeded at least 80% of time (excluding government caused delays)MARGINAL TO milestones/ performance dates met less than 80% of time (excluding government caused delays)UNSATISFACTORY TO schedule/performance dates met less than 70% of timeControl of Labor ResourcesContract labor mix is controlled in efficient and effective manner Actual TO labor resource mix is maintained within 20% of originally awarded TO resource mix Routine Inspection of TO Performance, Performance/Cost Reports, Payment InvoicesAssignment of performance rating for COST CONTROL criteria:EXCEPTIONAL Actual TO resource mix maintained within 10% of originally awarded TO resource mix VERY GOOD Actual TO resource mix maintained within 15% of originally awarded TO resource mix SATISFACTORY Actual TO resource mix maintained within 20% of originally awarded TO resource mix MARGINAL Actual TO resource mix maintained within 25% of originally awarded TO resource mix UNSATISFACTORY Actual TO resource mix exceeds 25% of originally awarded TO resource mix ................
................

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

Google Online Preview   Download

To fulfill the demand for quickly locating and searching documents.

It is intelligent file search solution for home and business.

Literature Lottery

Related searches