146
CODE (Hour) PAGE(S) until 02:00 PM local time 09 Nov 2016 X A X B X C D E X X G F X H [email protected] RATING PAGE OF PAGES 7. ISSUED BY (Date) 21-Dec-2017 IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97) Prescribed by GSA FAR (48 CFR) 53.214(c) ABRA N. SMITH 1 146 (If other than Item 7) 15A. NAME 16. NAME AND TITLE OF PERSON AUTHORIZED TO AND ADDRESS SIGN OFFER (Type or print) OF OFFEROR JESSICA DALESSIO / SR. CONTRACTS ADMINISTRATOR AMENDMENT NO. DAT E 15B. TELEPHONE NO (Include area code) 17. SIGNATURE 703-559-6785 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. 18. OFFER DATE BOOZ ALLEN HAMILTON INC. JESSICA DALESSIO 8283 GREENSBORO DR MCLEAN VA 22102-3830 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 2. CONTRACT NO. W911S0-18-D-0004 W911S0 8. ADDRESS OFFER TO See Item 7 9. Sealed offers in original and 2 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and MICC-FE Bldg 705 STE 126 conditions contained in this solicitation. 10. FOR INFORMATION CALL: A. NAME (NO COLLECT CALLS) DEBI BROWN 757-501-8191 11. TABLE OF CONTENTS SOLICITATION/ CONTRACT FORM SUPPLIES OR SERVICES AND PRICES/ COSTS 1 - 3 4 - 8 X I CONTRACT CLAUSES DESCRIPTION/ SPECS./ WORK STATEMENT X PACKAGING AND MARKING 9 - 108 J LIST OF ATTACHMENTS INSPECTION AND ACCEPTANCE DELIVERIES OR PERFORMANCE 109 110 K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS CONTRACT ADMINISTRATION DATA 111 SPECIAL CONTRACT REQUIREMENTS OFFER (Must be fully completed by offeror) 112 - 113 M L INSTRS., CONDS., AND NOTICES TO OFFERORS EVALUATION FACTORS FOR AWARD NOT E: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) Net 30 Days 14. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments AMENDMENT NO. DAT E to the SOLICITATION for offerors and related documents numbered and dated): 17038 FACILITY 12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period SOLICITATION, OFFER AND AWARD [email protected] X (X) SEC. DESCRIPTION (X) SEC. DESCRIPTION PAGE(S) PART I - THE SCHEDULE 26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE EMAIL: TEL: 757-501-8159 (Signature of Contracting Officer) CODE CODE B. TELEPHONE (Include area code) C. E-MAIL ADDRESS AWARD (To be completed by Government) 0001-0008 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION $554,174,983.00 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified) 23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM 24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE HQ0490 DFAS-IN, VP GFEBS 8899 E 56TH ST INDIANAPOLIS IN 46249-3800 PART IV - REPRESENTATIONS AND INSTRUCTIONS PART III - LIST O F DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS 114 - 141 PART II - CONTRACT CLAUSES MICC - FORT EUSTIS 705 WASHINGTON BLVD SUITE 126 FORT EUSTIS VA 23604 FAX: TEL: FAX: TEL: NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION 142 - 146 6. REQUISITION/PURCHASE NO. 0010628056-0001 5. DATE ISSUED 30 Sep 2016 4. TYPE OF SOLICITATION SEALED BID (IFB) NEGOTIATED (RFP) [ ] [ X ] 3. SOLICITATION NO. W911S0-16-R-0003 See Item 7

1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

CODE

(Hour)

PAGE(S)

until 02:00 PM local t ime 09 Nov 2016

X

AX BX C

DEX

XGF

X H

debra.j [email protected]

RATING PAGE OF PAGES

7. ISSUED BY

(Date)

21-Dec-2017

IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97)

Prescribed by GSAFAR (48 CFR) 53.214(c)

ABRA N. SMITH

1 146

(If other than Item 7)

15A. NAME 16. NAME AND TITLE OF PERSON AUTHORIZED TOANDADDRESS SIGN OFFER (Type or print)

OFOFFEROR

JESSICA DALESSIO / SR. CONTRACTS ADMINISTRATOR

AMENDMENT NO. DATE

15B. TELEPHONE NO (Include area code) 17. SIGNATURE703-559-6785

15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTERSUCH ADDRESS IN SCHEDULE.

18. OFFER DATE

BOOZ ALLEN HAMILTON INC.JESSICA DALESSIO8283 GREENSBORO DRMCLEAN VA 22102-3830

1. THIS CONTRACT IS A RATED ORDERUNDER DPAS (15 CFR 700)

2. CONTRACT NO.

W911S0-18-D-0004

W911S0 8. ADDRESS OFFER TO

See Item 7

9. Sealed offers in original and 2 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or ifhandcarried, in the depository located in

CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and

MICC-FE Bldg 705 STE 126

conditions contained in this solicitation.10. FOR INFORMATION CALL:

A. NAME (NO COLLECT CALLS)DEBI BROWN 757-501-8191

11. TABLE OF CONTENTS

SOLICITATION/ CONTRACT FORMSUPPLIES OR SERVICES AND PRICES/ COSTS

1 - 34 - 8

X I CONTRACT CLAUSES

DESCRIPTION/ SPECS./ WORK STATEMENT XPACKAGING AND MARKING

9 - 108 J LIST OF ATTACHMENTS

INSPECTION AND ACCEPTANCEDELIVERIES OR PERFORMANCE

109110 K REPRESENTATIONS, CERTIFICATIONS AND

OTHER STATEMENTS OF OFFERORSCONTRACT ADMINISTRATION DATA 111SPECIAL CONTRACT REQUIREMENTS

OFFER (Must be fully completed by offeror)112 - 113 M

L INSTRS., CONDS., AND NOTICES TO OFFERORSEVALUATION FACTORS FOR AWARD

NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.

is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8)

Net 30 Day s

14. ACKNOWLEDGMENT OF AMENDMENTS(The offeror acknowledges receipt of amendments

AMENDMENT NO. DATE

to the SOLICITATION for offerors and related documents numbered and dated):

17038 FACILITY

12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period

SOLICITATION, OFFER AND AWARD

[email protected]

X

(X) SEC. DESCRIPTION (X) SEC. DESCRIPTION PAGE(S)PART I - THE SCHEDULE

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE

EMAIL:TEL: 757-501-8159 (Signature of Contracting Officer)

CODE CODE

B. TELEPHONE (Include area code) C. E-MAIL ADDRESS

AWARD (To be completed by Government)

0001-000819. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

$554,174,983.0022. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:

10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified)23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM

24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE HQ0490DFAS-IN, VP GFEBS8899 E 56TH STINDIANAPOLIS IN 46249-3800

PART IV - REPRESENTATIO NS AND INSTRUCTIO NS

PART III - LIST O F DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS114 - 141

PART II - CO NTRACT CLAUSES

MICC - FORT EUSTIS705 WASHINGTON BLVD SUITE 126FORT EUSTIS VA 23604

FAX:TEL:

FAX:TEL:

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SOLICITATION

142 - 146

6. REQUISITION/PURCHASE NO.

0010628056-0001

5. DATE ISSUED

30 Sep 2016

4. TYPE OF SOLICITATIONSEALED BID (IFB)NEGOTIATED (RFP)

[ ]

[ X ]

3. SOLICITATION NO.

W911S0-16-R-0003

See Item 7

Page 2: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 2 of 146

Section A - Solicitation/Contract Form BAH'S PROPOSAL 1. The Government hereby accepts BAH's proposal dated 9 Nov 2016 as revised on 5 Sep 2017. The proposal/revised proposal as a whole, to include the Subcontracting Plan and Organizational Conflict of Interest (OCI) Mitigation Plan, are hereby incorporated into and form a part of the contract. 2. In the event of inconsistencies between the provisions of the contract and the proposal, the inconsistency shall be resolved by the following order of precedence: (1) the contract excluding the proposal; then (2) the proposal. 3. Should Government Furnished Property (GFP) be required, it will be addressed at the task order level; FAR Clause 52.245-1 Government Property and DFARS Clause 252.211-7007 Reporting of Government-Furnished Property incorporated accordingly.

Page 3: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 3 of 146

Page 4: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 4 of 146

Section B - Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES MAX QUANTITY

UNIT UNIT PRICE MAX AMOUNT

0001 1 Job $1,000,000.00 $1,000,000.00 Phase-In TSS-E Mission Support Services

FFP Phase-in will be at the task order level. The Ordering Period for the MAIDIQ contracts will be five (5) years; 21 Dec 2017 - 20 Dec 2022. FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

MAX

NET AMT $1,000,000.00

ITEM NO SUPPLIES/SERVICES MAX QUANTITY

UNIT UNIT PRICE MAX AMOUNT

0002 1 Job $460,472,604.18 $460,472,604.18 TSS-E Mission Support Services

FFP Training Support Systems Enterprise (TSS-E) Mission Support Services for Army Training Support Command (ATSC). The Ordering Period for the MAIDIQ contracts will be five (5) years; 21 Dec 2017 - 20 Dec 2022. FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

MAX NET AMT

$460,472,604.18

Page 5: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 5 of 146

ITEM NO SUPPLIES/SERVICES MAX QUANTITY

UNIT UNIT PRICE MAX AMOUNT

0003 UNDEFINED Job UNDEFINED $75,000,000.00 TSS-E MISSION SUPPORT SERVICES

CPFF CPFF. TRAINING SUPPORT SYSTEMS ENTERPRISE (TSS-E) Mission Support Services for the Army Training Support Command (ATSC). The Ordering Period for the MAIDIQ contracts will be five (5) years; 21 Dec 2017 - 20 Dec 2022. FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

MAX COST $75,000,000.00 FIXED FEE $0.00

TOTAL MAX COST + FEE $75,000,000.00

ITEM NO SUPPLIES/SERVICES MAX QUANTITY

UNIT UNIT PRICE MAX AMOUNT

0004 5,000,000 Job $1.00 $5,000,000.00 TSS-E Optional Taskings

FFP Optional taskings will be at the task order level. CLINs will be established for each Optional Tasking and will be separately priced. Optional taskings will not be priced at the MAIDIQ level but will only be priced at the task order level. The Ordering Period for the MAIDIQ contracts will be five (5) years; 21 Dec 2017 - 20 Dec 2022. FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

MAX NET AMT

$5,000,000.00

Page 6: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 6 of 146

ITEM NO SUPPLIES/SERVICES MAX QUANTITY

UNIT UNIT PRICE MAX AMOUNT

0005 UNDEFINED Job UNDEFINED $2,569,087.41 TSS-E ODCS-TRAVEL

COST COST. Other Direct Costs (ODCs)-Travel. ODCs-Travel Not-to-Exceed (NTE) amounts will be provided at the task order level. The Ordering Period for the MAIDIQ contracts will be five (5) years. The estimate for the 5-year Ordering Period; 21 Dec 2017 - 20 Dec 2022, is at the NTE amount of $2,569,087.41 (See Schedule B Addendum - ODCs-Travel) FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

MAX COST $2,569,087.41

ITEM NO SUPPLIES/SERVICES MAX QUANTITY

UNIT UNIT PRICE MAX AMOUNT

0006 UNDEFINED Job UNDEFINED $10,133,291.41 TSS-E ODCS-MATERIALS

COST COST. Other Direct Costs (ODCs)-Materials. ODC (NTE) amounts will be provided at the task order level. The Ordering Period for the MAIDIQ contracts will be five (5) years. The estimate for the 5-year Ordering Period; 21 Dec 2017 - 20 Dec 2022, is at the NTE amount of $10,133,291.41 (See Schedule B Addendum - ODCs-Materials) FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

MAX COST $10,133,291.41

Page 7: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 7 of 146

ITEM NO SUPPLIES/SERVICES MAX QUANTITY

UNIT UNIT PRICE MAX AMOUNT

0007 1 Job NSP CONTRACTOR MANPOWER REPORT (CMR)

FFP NSP. The Ordering Period for the MAIDIQ contracts will be five (5) year; 21 Dec 2017 - 20 Dec 2022. FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

MAX

NET AMT

ITEM NO SUPPLIES/SERVICES MAX QUANTITY

UNIT UNIT PRICE MAX AMOUNT

0008 1 Job NSP PHASE-OUT TSS-E MISSION SUPPORT SERVICES

FFP Phase-out will be at the task order level. The Ordering Period for the MAIDIQ contracts will be five (5) years. FOB: Destination PURCHASE REQUEST NUMBER: 0010628056-0001

MAX

NET AMT

SCHEDULE B ADDENDUM

SCHEDULE B ADDENDUM B.1. Direct Travel and Material. Direct travel and material costs will be reimbursed on a cost-reimbursable basis. Government estimates will be established for the base contract(s) and all resulting task orders, if applicable. The offeror shall not change the Government estimates provided for Reimbursable Travel and Material. B.1.1. Reimbursable Travel: Re: FAR 31.205-46. In accordance with FAR 31.205-46, the maximum per diem rates in effect at the time of travel will apply. Travel costs are estimates only and are not to be changed by the offeror. Invoices shall include receipts for airfare, lodging, and rental car or other items as stated in FAR 31.205-46.

Page 8: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 8 of 146

B.1.2. Material Burden: Reasonable and allocable material handling costs may be included in the charge for direct materials to the extent they are clearly excluded from the hourly rate. Material costs are estimates only and are not to be changed by the offeror. NOTE: Invoices shall include receipts for any materials purchased exceeding $500.00. B.2. Not-to-Exceed (NTE). NTE amounts set forth in the contract(s) and resulting task orders shall be construed to include any associated indirect cost rates. This amount may be increased/decreased only by the Contracting Officer under a modification to the contract/task orders. There are no minimums nor maximums for this item. B.3. Phase-In/Phase-Out. Phase-In/Phase-Out will be priced at the task order level if required. B.4 Minimum Guarantee and Maximum or Program Ceilings.

• The competition for all Training Support Systems-Enterprise (TSS-E) Mission Support Services requirements will result in multiple awards of Indefinite Delivery/Indefinite Quantity (IDIQ) task order contracts using full and open competition.

• The total maximum value for the TSS-E Suite of IDIQ contracts is NTE $554,174,983.00 over the

5-Year Ordering Period.

• In accordance with Section I 52.216-22 - Indefinite Quantity, the minimum guaranteed value under this contract is $1,000.00 per contract for the five (5) year Ordering Period. This contract minimum will be met by the issuance of an individual task order, per contract, at the time of award. In addition to the contract minimum, the Government may order additional quantities up to the MAIDIQ contract maximum of $554,174,983.00 which represents the total collective requirement for the life of the contract.

B.5 The Government may, by bilateral modification, extend the ordering period of this contract for up to an additional five (5) years provided the estimated ceiling (total contract maximum) designated in the Schedule has not been exceeded. The contractor shall agree to execute the modification prior to the expiration of the contract, provided the modification does not increase the maximum quantity in the Schedule or otherwise change any other terms or conditions of the contract. The total duration of the Ordering Period of this contract, including the extension, shall not exceed ten (10) years. Any order issued during the effective period of this contract, if extended, shall be completed by the contractor within the time specified in the order provided that the contractor shall not be required to make any deliveries under this contract after eleven (11) years from contract award. B.6 The Contract Line Item Number (CLIN) structure shall be established individually at the Task Order level. The pricing of task orders shall be pursuant to the instructions and limitations provided at Section H - Special Contract Requirements.

Page 9: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 9 of 146

Section C - Descriptions and Specifications SECTION C SECTION C

PERFORMANCE WORK STATEMENT (PWS) FOR

UNITED STATES (U.S.) ARMY TRAINING SUPPORT CENTER (ATSC) TRAINING SUPPORT SYSTEMS ENTERPRISE (TSS-E)

MISSION SUPPORT SERVICES 15 SEPTEMBER 2016

PART 1. GENERAL INFORMATION

1. General. This is a non-personal services contract to provide Training Support Systems Enterprise (TSS-E) Mission Support Services for the ATSC, Ft Eustis, VA. The Government shall not exercise any supervision or control over the contract service provider(s) performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn, is responsible to the Government. 1.1 Description of Services/Introduction: The TSS-E is a system of systems that provides networked, integrated, and interoperable training support capabilities through five (5) core tasking areas for active duty, reserve and national guard soldiers, units, commands and installations located throughout the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the required TSS-E Mission Support Services except for those items specified as Government-Furnished Property (GFP) and any additional services as defined in this PWS. The contractor shall perform to the standards as required in accordance with the PWS and resulting contract(s). 1.2 Background. The Office of the Deputy Chief of Staff, HQDA Management Office – Training Simulations (DAMO-TRS) G-3/7 and elements of the Training and Doctrine Command (TRADOC) formed the TSS-E Enterprise as directed by the Vice Chief of Staff of the Army on 18 July 2008. The TSS-E Enterprise has teamed to develop a contract that will provide the necessary support to manage Army ranges and land assets with the Army’s emerging Live, Virtual, Constructive and Gaming (LVC&G) domains enabling an operationally relevant training environment for Army Warfighters. Contractor support is required to assist the Army in successfully accomplishing the TSS-E mission. Services will be performed at Government facilities and/or contractor facilities throughout the Continental United Stated (CONUS) and its territories and outside the Continental United States (OCONUS). The contractor shall be required to travel to locations throughout CONUS and OCONUS. Specific place(s) of performance will be detailed in individual task orders.

Page 10: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 10 of 146

1.3 Objectives. This PWS conveys the basic performance requirements, standards, and assessment measures that will apply to all issued Army TSS-E task orders. Any additional performance requirements, standards, and assessment measures will be detailed in each individual task order PWS. 1.4 Scope. This PWS identifies the mission support requirements for the U.S. Army Training Support System (TSS). This TSS-E Mission Support Contract will provide program support for TSS-E implementation and operations to Headquarters, Department of the Army (HQDA), the U.S. Army installations, the U.S. Army Commands (ACOMs), the U.S. Army Installation Management Command (IMCOM) and IMCOM Regions, the U.S. Army National Training Center (NTC), the U.S. Army Training Support Center (ATSC), the U.S. Army Environmental Command (AEC), the U.S. Army National Simulation Center (NSC), the U.S. Army Training and Doctrine Command (TRADOC) and Combined Arms Command (CAC), U.S. Army Reserve Command (USARC), and the U.S. Army National Guard (ARNG), Direct Reporting Units (DRU’s). The TSS contract will incorporate services and support in the following five (5) tasking areas (to include all subtasking areas) (Amend 0002):

(1) Sustainable Range Program (SRP) (a) Range Operations (b) Range Modernization (c) Integrated Training Area Management (ITAM) (d) Geographic Information Systems (GIS)

(2) Combat Training Center (CTC) Support

(a) Leader Training Program (LTP) (b) Operational Environment (OE) Support (c) Miscellaneous CTC Support

(3) Mission Complex and LVC-IA Support (a) Technical Support (b) Training Support (c) Exercise Support (d) Program Management (e) LVC-IA Support (4) Soldier Training Support (a) Training Support Center (TSC) Operations (b) TSC Modernization (c) Program Management (5) Training Development Support (a) Combat Development Training Capability (b) Mission Training Capability (c) Virtual Capability (d) Gaming Capability (e) Constructive Simulation Capabilities

Page 11: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 11 of 146

1.5 Type of Contract. The Government will award a Multiple Award Indefinite Delivery/Indefinite Quantity (MAIDIQ) contract with FFP and Cost-Plus-Fixed-Fee (CPFF) Contract Line Items (CLINs) with Cost-Type CLINS for Other Direct Costs (ODC) for travel and materials. 1.6 Performance Period. The performance period for the TSS-E base contracts will be for a five (5) year Ordering Period. The five (5) year Ordering Period may be extended six (6) months in accordance with FAR 52.217-8 Option to Extend Services. 1.7 Quality Control. Quality Control is the responsibility of the contractor. The contractor is responsible for the delivery of quality services/supplies to the Government under the terms of the contract and in accordance with FAR 52.246-1-Contractor Inspection Requirements, to include those provided by subcontractors. The contractor shall develop, implement, and maintain an effective Quality Control (QP) System which includes a written Quality Control Plan (QCP) to ensure that the requirements of this contract are met. The QCP shall implement standardized procedures/methodologies for monitoring and documenting contract performance to ensure all contract requirements are met. The contractors’ QCP must contain a systematic approach to monitor operations to ensure acceptable services/products are provided to the Government. The QCP, as a minimum, shall address continuous process improvement; procedures for scheduling, conducting and documentation of inspection; discrepancy identification and correction; corrective action procedures to include procedures for addressing Government discovered non-conformances; procedures for root cause analysis and corrective action to prevent re-occurrence of discrepancies; procedures for trend analysis; procedures for collecting and addressing customer feedback/complaints. The contractor shall periodically update the QCP as changes in program processes are identified. 1.7.1 Acceptable Quality Level (AQL). The contractor shall maintain schedules, track actions, and draft documents to provide assistance in the preparation of draft correspondence, hard copy and slideshow presentations and briefings, and other documents related to program management, data management of live-fire systems and facilities development, operation, test planning, sustainment management and program office policy. The contractor shall review documents for conformance to previous records of doctrine and concepts relative to training development and delivery. 1.7.2 Quality Control Plan (QCP). The Contractor shall maintain a QCP that describes the QC Program. The successful offeror shall submit a finalized QCP thirty (30) days after award of the contract to the Government for approval. The Government will have ten (10) working days to review/accept the QCP. Throughout contract performance, the contractor shall submit any changes in the QCP to the Contracting Officer or the COR for approval a minimum of five (5) working days prior to implementation. The QCP shall address, at a minimum, the following elements: 1.7.2.1 Inspector Qualifications. The QCP shall include the names of firms or individuals who are responsible for managing the QCP and tasked to perform inspections and the extent of their authority. Their functional roles shall be depicted in an organization chart.

Page 12: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 12 of 146

1.7.2.2 Inspection Program. The QCP shall identify the 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 which will be inspected on a recurring basis. In developing this inspection program, the contractor shall identify the key activities and associated characteristics in each process that has a significant influence on specific services and provide for methods for evaluation of the selected characteristics. 1.7.2.3 Documentation and Enforcement. The QCP shall include a method of documenting and enforcing quality control operations of both prime contractor and subcontractor work including inspection and testing. The contractor shall maintain a file of all inspections/tests conducted by the contractor, to include any corrective actions taken. This file shall be subject to review by the Contracting Officer. 1.7.2.4 Deficiency Identification. The QC Program shall include a method of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable as defined in the Performance Requirements Summary (PRS). 1.7.2.5 Deficiency Correction. The QC Program shall contain process control and process performance measurement procedures that include how the contractor shall effect preventive corrective actions as opposed to reliance on Government or customer identification of deficiencies prior to resolving the problem. 1.7.2.6 Trend Analyses. The QCP shall include a method of performing trend analyses and assessments through the use of metrics. 1.7.2.7 Surveillance Methods. The QCP shall contain specific surveillance techniques for all contract services. The surveillance methods shall be comprehensive and adaptable to the reporting system of the Plan. 1.7.2.8 Customer Complaint Program. The QC Program shall include a Customer Comments and Complaint Program and the processing system. The Program shall identify and correct valid customer complaints and provide feedback to the Government and customers on corrective action(s) taken. The term customer includes customers internal and external to the organizations identified by the contract. 1.7.2.9 Revisions. The QC Program shall include an annual review of the QCP to revise or update to ensure efficient and effective use of best practices. 1.8 Safety. All work shall be conducted in a safe manner and in compliance with Occupational Safety and Health Agency (OSHA), Environmental Protection Agency (EPA), State, Army, and Safety and Environmental Management Office (SEMO) Regulations. If the contractor fails or refuses to promptly comply with safety requirements, the Contracting Officer will issue an order stopping all or part of the work until satisfactory corrective action has been taken.

Page 13: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 13 of 146

1.9 Vehicles. Contractor personnel operating motor vehicles on Government installations shall have a valid State license and shall comply with AR 190-5 - Motor Vehicle Traffic Supervision and AR 385-55 - Prevention of Motor Vehicle Accidents regarding motor vehicle use and registration. All personal and Contractor-owned vehicles shall be properly registered, insured, and inspected in compliance with State and local laws. 1.10 Security Requirements. The security requirements are in accordance with a DD Form 254 - Department of Defense (DoD) Contract Security Classification Specification. (See Attachment J – DD254) 1.10.1 DoD Antiterrorism (AT) Standards/Operational Security Review. 1.10.1.1 In accordance with DoD I 2000.16, DoD Anti-terrorism Standards, all contractor employees, including subcontractor employees, shall complete the Anti-terrorism Level 1 Awareness Training within thirty (30) days of task order award date. 1.10.2 AT Level I Training. 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 thirty (30) calendar days after contract and task order award 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 contractor and subcontractor employee to the Contracting Officer, Contracting Officers Representative (COR), and/or the On-Site COR (OSCOR). AT Level I awareness training is available at: https://atlevel1.dtic.mil/at. 1.10.3 Operational Security. 1.10.3.1 Access and General Protection/Security Policy and Procedures. The contractor and all associated subcontractor employees shall comply with applicable installation, facility, and area commander installation/facility access and local security policies and procedures. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the Installation Provost Marshal’s Office, the Director of Emergency Services, or the Security Office. Contractor workforce shall comply with all Personal Identity (PI) verifications as required by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the Changes clause of the contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.10.3.2 Physical Security: The contractor shall be responsible for safeguarding all Government property, information, and equipment provided for contractor use. At the close of each work period, Government facilities, equipment, information, and materials shall be secured. Specific security requirements shall be in accordance with each individual task order. 1.10.3.2.1 Key Control. The contractor shall establish and implement methods of making sure all keys/key cards issued to the contractor by the Government are not lost or misplaced and are

Page 14: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 14 of 146

not used by unauthorized persons. No keys issued to the contractor by the Government shall be duplicated. The contractor shall develop procedures covering key control that shall be included in the QCP. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the COR and OSCOR. This requirement will be specified in each individual task order level. The contractor shall prohibit the use of Government issued keys/key cards by any persons other than the contractor’s employees. The contractor shall prohibit the opening of locked areas by contractor employees to permit entrance of persons other than contractor employees engaged in the performance of assigned work in those areas or personnel authorized entrance by the Contracting Officer. All references to keys include key cards. 1.10.3.2.2 In the event keys, other than master keys, are lost or duplicated, the contractor shall re-key or replace the affected lock or locks; however, the Government may make the decision to replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the contractor. 1.10.4 iWATCH Training. The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity Anti-Terrorism Officer (ATO). This local developed training shall be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR and OSCOR. This training shall be completed within thirty (30) calendar days of contract award and within thirty (30) calendar days of new employees commencing performance with the results reported to the COR and OSCOR no later than thirty (30) calendar days after contract award. 1.10.5 Contractor Employees Who Require Access to Government Information Systems. All contractor employees with access to a Government information system must be registered in the Army Training Certification Tracking System (ATCTS) at commencement of services and shall successfully complete DoD Information Assurance Awareness Training prior to access to the information systems and annually thereafter. 1.10.6 Operations Security (OPSEC) Training. Per AR 530-1 Operations Security, new contractor employees must complete Level I OPSEC training within thirty (30) calendar days of their reporting for duty. All contractor employees must complete annual OPSEC awareness training. 1.10.7 Information Assurance (IA)/Information Technology (IT) Training. All contractor employees and associated subcontractor employees must complete the DoD IA Awareness Training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six (6) months of employment

Page 15: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 15 of 146

1.11 Handling or Access to Classified Information. The 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 the Security Agreement (DD Form 441) including the National Industrial Security Program Operating Manual (NISPOM) DoD 5220.22-M and any revisions. 1.12 AFFARS 5352.204-9000 Notification of Government Security Activity and Visitor Group Security Agreements. The Contracting Officer shall insert AFFARS 5352.204-9000 - Notification of Government Security Activity and Visitor Group Security Agreements in solicitations and contracts which require a DD Form 254 for performance on U.S. Government installations (CONUS) and overseas (OCONUS). The Contracting Officer may change the number of days specified in 5352.204-9000(a). If less than thirty (30) days is used, coordinate with the Installation Security Police activity. 1.12.1 In accordance with DOD 5220.22-M National Industrial Security (NISPOM) and FAR SUBPART 5304.4 – SAFEGUARDING CLASSIFIED INFORMATION WITHIN INDUSTRY.

1.12.2 AR 380-49 establishes policy for the Department of the Army Industrial Security Program.

1.12.3 Whenever a SECRET or TOP SECRET clearance is required for the performance of any tasks, it will be clearly specified within the individual task order. Contractor personnel may not have access to classified information without acquiring appropriate clearances and without a need-to-know. At a minimum, an interim clearance must be granted by the Defense Industrial Security Clearance Office (DISCO) prior to access of Classified Military Information (CMI) or meetings. Information will be accessed and stored in Government spaces only. Personnel who knowingly violate security policies or directives are subject to immediate removal. 1.12.4 Contractors may require access up to TOP SECRET in support of the Constructive Division (CD) and National Simulation Center (NSC) in conducting Joint Land Component Constructive Training Capability (JLCCTC) Validations/Verifications and Accreditations (VV&As), Maintenance Releases, and User Assessments in accordance with the NSC VV&A Standard Operating Procedure (SOP). 1.12.4.1. TOP SECRET clearance is required in the NSC Global Simulations Capability (GSC). The Contractor shall be required access up to TOP SECRET in support of the JLCCTC Upper Enclave (UE) simulation components for Regional Simulation Center (RSC) and MCTP exercise support. 1.12.5 Performance of certain tasks may require access to Secret Internet Protocol Router Network (SIPRNET) equipment. Before accessing the SIPRNET, the contractor shall obtain a North Atlantic Treaty Organization (NATO) awareness brief.by the installation security manager. Access to NATO information is NOT REQUIRED. When SIPRNET access is required, the contractor shall not access, download or further disseminate any special access data (i.e., intelligence, NATO, (Communication Security (COMSEC), etc.) outside the execution of the defined contract requirements and without the guidance and written permission of the COR

Page 16: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 16 of 146

of the requiring activity. In the event that any special access is required, the Contracting Officer must modify the requirements for the DD Form 254. 1.12.6 Contractor Personnel. 1.12.6.1 The investigative basis for personnel security clearances shall be in accordance with existing DoD policy. Eligibility based on investigations that are out of date (i.e., TOP SECRET (5 years); SECRET (10 years), and CONFIDENTIAL (15 years)) must be processed for a Periodic Reinvestigation within ten (10) days of being assigned to the contract. Contractors will not be allowed access to CMI until required investigations are submitted. 1.12.6.2. CONUS. Contractor personnel performing on this contract in CONUS shall be citizens of the U.S. 1.12.6.3 OCONUS. Contractor personnel performing on this contract OCONUS shall be vetted by local security as required. 1.12.7 The National Industrial Security Program Operating Manual (NISPOM), February 28, 2006 applies as well as Industrial Security Letters (ISL). 1.12.8 For Official Use Only (FOUO) material. The contractor will comply with applicable Army/Air Force Regulations and local command policies and procedures governing the protection of classified and sensitive. After indoctrination, contractor personnel shall ensure classified and sensitive government information is properly handled, stored, transmitted, disseminated, and destroyed in accordance with Army Regulation (AR) 380-5 – Army Information Security Program and local policy. Local guidance pertaining to the protection of classified and sensitive material will be provided to the contractor by the customer upon arrival at each performance site. 1.12.9 All contractor personnel shall be properly briefed by the organization at performance start date of each individual task order and debriefed at the end of the period of performance. *See Attachment J - DD Form 254 1.12.10 Information Technology (IT)/Security Requirements. 1.12.10.1 Contractor personnel performing under this contract shall be able to obtain and maintain a favorable suitability/fitness determination under 5 CFR 731 or equivalent. 1.12.10.2 The Government will submit background investigations for positions that require a Common Access Card (CAC) and/or IT access. For contractors, the minimum requirement for access to classified Federal Information Systems shall be as follows:

• IT- II access, a Single Scope Background Investigation (SSBI/SF 86); • IT-II access, a National Agency Check with Local Agency & Credit Check (NACLC)

(SF 86); and • IT- III access, a National Agency Check With Inquiries (NACI) (SF 85).

Page 17: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 17 of 146

1.12.10.3 Prior to CAC issuance, the National Agency Check (NAC) Federal Bureau of Investigation (FBI) ten (10 point FBI fingerprint check) must be completed without adverse comment, and the NACI (or equivalent) SHALL BE INITIATED. CACs shall not be issued before the fingerprint check results have been completed and the investigation has been submitted. FINGERPRINTS AND THE APPROPRIATED INVESTIGATION SHALL BE SUBMITTED BY THE GOVERNMENT. 1.13 Joint Personnel Adjudication System (JPAS). Contractors assigned to the contract PWS and/or task order who require access to Government installations in performance of their duties, shall have an owning relationship established in the JPAS to the Government installation they are executing the contract/task order for. The Security Office where the contractors is assigned shall perform the JPAS requirement. Visit Requests shall be cleared by the Security Office of the Government installation the contractor is assigned to. For contractors who do not require access, a Visit Authorization Letter (VAL) must be submitted to the Security Office of the Government installation the contractor is visiting. 1.13.1 In accordance with Army Regulation and Air Force Instructions, all prospective contractors shall undergo a verification process to determine the trustworthiness and suitability prior to being granted access to federal property. Compliance with applicable regulations and local policy is required wherever work is being performed. Limited access with escort may be granted (at the installation’s discretion) for an interim period while investigations are being conducted. 1.13.2 Installation Security Office will submit all background investigations on prospective contractors requiring CAC and/or network access. Compliance with applicable regulations and local policy is required wherever work is being performed. 1.14 Post Award Conference/Periodic Progress Meetings. The contractor shall attend any post award conference convened by the Contracting Officer in accordance with Federal Acquisition Regulation (FAR) 42.5 - Post Award Orientation. The Contracting Officer, COR, and other Government personnel, as appropriate, will meet quarterly with the contractor to review the contractor's performance. At these meetings the Contracting Officer shall apprise the contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.15 Contracting Officer Representative (COR). The COR and OSCOR will be identified by separate letter for each base contract and each individual task order. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions:

• assure that the contractor performs the technical requirements of the contract; • perform inspections necessary in connection with contract performance; • maintain written and oral communications with the contractor concerning technical

aspects of the contract;

Page 18: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 18 of 146

• issue written interpretations of technical requirements to include Government drawings, designs, and specifications;

• monitor contractor performance and notify both the Contracting Officer and contractor of any deficiencies;

• coordinate availability of Government-furnished property; and • provide site entry of contractor personnel.

1.15.1 COR/OSCOR Delegation Letter. A Letter of Delegation shall be issued to the COR and OSCOR; a copy of which will be sent to the contractor stating the responsibilities and limitations of the COR and OSCOR. The COR is not authorized to make any contractual changes to the base contracts nor task orders to include the terms and conditions of the base contract/task orders, changes which effect cost, price, and estimates or changes in delivery dates. 1.16 Key Personnel. Key Personnel shall be identified by name within the contractor’s proposal and their resumes submitted for evaluation during the Source Selection Process. The name of the person who shall be responsible for the performance of all work and who shall act on behalf of the company shall be designated, in writing, to the Contracting Officer. The name of the person who shall act in their absence shall also be designated in writing to the Contracting Officer. These Key Personnel shall have full authority to act for the contractor on all contract matters relating to the daily operations of the contract and shall be available daily between the hours of 8:00 AM to 5:00 PM Monday thru Friday except Federal holidays or when the Government facility is closed for administrative reasons. 1.17 Identification of Contractor Employees. The contractor and subcontractors shall provide each employee an Identification (ID) Badge, which shall contain, at a minimum the company name, the employee name, and a color photo of the employee. ID Badges for Key Personnel shall also indicate their job title. ID Badges shall be worn at all times while performing work under this contract. All contractor and subcontractor employees shall wear the ID Badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit. The contractor and subcontractors shall be responsible for collection of ID Badges upon completion of the contract or termination of employee(s). A listing of issued ID cards shall be furnished to the Contracting Officer or the COR prior to the contract performance date and updated as needed to reflect contractor and subcontractor personnel changes. All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced are suitably marked as contractor products or that contractor participation is appropriately disclosed. When contractor personnel send e-mail messages to Government personnel while performing on this contract, the contractor's e-mail address shall include the company name together with the person's name. When it is necessary for contractor personnel to have a user address on a Government computer, the Government will ensure that person's e-mail address includes [email protected] at the end of the email address and that the contractor includes the name of their company in their signature block at the end of their emails.

Page 19: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 19 of 146

1.18 Supervision of Contractor Employees. The Government will not exercise any supervision or control over contractor or subcontractor employees while performing work under the contract. Such employees shall be accountable solely to the contractor, not the Government. The contractor, in turn, shall be accountable to the Government for contractor or subcontractor employees. 1.19 Other Direct Costs (ODCs). 1.19.1 ODCs-Travel. Contractor personnel shall be required to travel CONUS and OCONUS during the performance of this contract to attend meetings, conferences, and training. The contractor shall be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in the contract and resulting task orders. All travel requires Government approval/authorization and notification to the COR. For proposal purposes, a Contract Line Item Number (CLIN) shall be established at a Not-to-Exceed (NTE) amount estimated for the overall contract. Each individual task order requiring contractor travel will have a CLIN established for the NTE amount. 1.19.2 ODCs-Materials. The contractor may be required to provide materials in support of this PWS. All contractor furnished materials requires Government approval. For proposal purposes, a Contract Line Item Number (CLIN) shall be established at a Not-to-Exceed (NTE) amount estimated for the overall contract. Each individual task order requiring materials will have a CLIN established for the NTE amount. 1.20 Data & Copyrights. The Government's amd contractor's rights and obligations with respect to patents, date, and copyrights shall be governed by the applicable clauses in FAR Part 27 and DFARS Part 227 incorporated into this contract. 1.21 Organizational Conflict of Interest (OCI). Contractor and subcontractor personnel performing work under this contract may receive, have access to, or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, PWS specifications, etc. or perform evaluation services which may create a current or subsequent OCI as defined in FAR 9.5. A Mitigation Plan shall be submitted as a part of the offeror’s proposal and shall be evaluated/approved during the source selection process. After contract award, the contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a Plan to the Contracting Officer to avoid or mitigate any such OCI. The contractor’s Mitigation Plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he/she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.22 Phase-In /Phase-Out Period.

Page 20: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 20 of 146

1.22.1 Phase-In Period. The contractor shall prepare to assume full responsibility for all areas of operation in accordance with the terms and conditions of this contract and resulting task orders. The contractor shall take all actions necessary for a smooth transition of the contracted operations. The phase-in period shall be up to a maximum of thirty (30) calendar days in duration (periods will be established in individual task orders). The Government shall make all facilities and equipment accessible to the contractor within the designated period prior to performance start date. During the phase-in period, the contractor shall, at a minimum:

• establish the Project Management Office • recruit and hire necessary personnel • obtain all required certifications and clearances; to include personnel security

clearances • participate in joint inventories and sign for GFP • develop and submit any required deliverables • attend post-award meetings as required • accomplish any necessary training to support the functions listed in the PWS.

1.22.2 Phase-Out Period. The Phase-Out period shall apply to any task order follow-on requirements. Thirty (30) calendar days prior to the completion of the task order, the incoming contractor may be afforded an observation period by the Government. During that time, the incoming contractor personnel may observe operations and performance methods of the incumbent contractor. This will allow for orderly turnover of facilities, equipment, and records and will help to ensure continuity of service. The Contractor shall fully cooperate with the succeeding contractor and the Government so as not to interfere with their work or duties. During the phase-out period, the Contractor shall approach the following issues: employee notification; retention of key personnel; turn-over of work-in-progress, inventories, Government property; removal of contractor property; data and information transfer; and any other actions required to ensure continuity of operations as designated in individual task orders. 1.22.3 Phase-In/Phase-Out Contract Ordering Periods/Task Order Periods of Performance. 1.22.3.1 Phase-In/Phase-Out CLINs will be established in the base contracts referencing the five (5) year Ordering Period. Each individual task order will contain Phase-In/Phase-Out CLINS if required. 1.23 Federal Holidays. The following days have been established as legal public holidays in the federal service:

New Year’s Day 1st day of January Martin Luther King Day 3rd Monday in January Presidents’ Day 3rd Monday in February Memorial Day 4th Monday in May Independence Day 4th day of July Labor Day 1st Monday in September Columbus Day 2nd Monday in October

Page 21: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 21 of 146

Veteran’s Day 11th day of November Thanksgiving Day 4th Thursday in November Christmas Day 25th day of December

1.24 Hours of Operation. The contractor's hours of operation shall be specified in individual task orders. Additionally, the contractor shall ensure that services to customers are not interrupted during break and lunch periods. 1.25 Privacy Act. All contractor personnel assigned to this contract will have access to information that may be subject to the Privacy Act of 1974. The contractor is responsible for ensuring all assigned contract employees are briefed on Privacy Act requirements. 1.26 Program Management. The contractor shall perform continual program management and shall provide a Program Manager who shall conduct overall management coordination and serve as the central point of contact with the Government for performance of all work under the contract. The contractor shall also provide Project Managers who shall be physically located on-site in accordance with the requirements of the individual task orders. A contractor employee shall be designated to act on behalf of the Program Manager and the Project Manager during their absences and shall provide written notice to the Contracting Officer, the COR, and OSCOR forty-eight (48) hours in advance of the change(s). Such designation is subject to approval by the Contracting Officer or the COR. The Program Manager and any individual designated to act in that capacity shall have full authority to contractually bind the contractor for prompt action on matters pertaining to execution of the contract and/or individual task orders. The Program Manager is responsible for work performed under the contract. The contracts manager is a POC for execution of the contracts action. 1.27 Conduct of Personnel. If a contract employee is removed from the job site or dismissed from the premises, the contractor is not relieved of the requirement to provide sufficient personnel to perform the services as required by the contract PWS and task order PWSs. In accordance with18 USC 1382 Army Regulations and Air Force Instructions, the authority of the Installation Commander to control and deny a contractor employee entry to all or part of the installation is absolute. The individual concerned has no right to appeal. 1.28 Records Keeping Maintenance. The contractor shall maintain and support the maintenance of accurate files of documentation, records, and reports required under the terms of the resulting contract(s) in accordance with AR 25-1 Army Knowledge Management and Information Technology and AR 25-400-2 Army Records Information Management System. 1.28.1 The contractor shall not allow access to the files by any Government agency, non-Government agency, or individual(s) unless specifically authorized by the Contracting Officer or the COR. 1.28.2 The contractor shall make files available to the Contracting Officer, COR, or designated representative upon request. All files shall become the property of the Government and shall be turned over to the Contracting Officer at the completion or termination of the contract or task orders.

Page 22: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 22 of 146

1.29 Meetings, Conferences, Briefings, and Reports. The contractor, Program Manager or designated representative shall attend, participate in, and furnish input to scheduled and unscheduled meetings, conferences, and briefings that relate to the contracted functions and services as required by the Government to provide effective communication and impart necessary information. This will include both on-site and off-site meetings and the frequency may be weekly, monthly, or as otherwise required. Meeting attendees shall, at times, include contractor managerial, supervisory, and other personnel knowledgeable of the subject matter. The contractor shall identify opportunities for improvement or change; provide status, concept, and procedural briefings for projects as related to services provided for in individual task orders. Reports and documentation shall be provided on Government-furnished forms. PART 2. DEFINITIONS & ACRONYMS 2.1. DEFINITIONS 2.1.1 Army Battle Command System (ABCS). ABCS enables a digital battlefield that frames architecture of every stationary and moving platform in the battlespace and employs a mix of fixed/semi-fixed installations and mobile networks and will be interoperable with theater, joint, and combined command and control systems. 2.1.2 Army Master Range Plan (AMRP). The AMRP is the master repository for the DCS, G–3/5/7 validated, prioritized, and funded range modernization and training land acquisition projects. It serves as the Army’s database of record for all Army-approved range projects in all resourcing categories. 2.1.3 Army Regulations. Publications issued by Department of the Army (DA) which are directive in nature and contain missions, responsibilities, policies, and administrative procedures necessary to insure uniform compliance with those policies. 2.1.4 AMRP Range Tracker (AMRP-T). AMRP-T is a web-based tool that tracks range modernization projects through the Military Construction (MILCON) multi-year programming process which includes planning, programming, design, and construction. It includes funding data for training land acquisitions, program support by agencies that directly support the Army’s SRP, and Research, Development and Acquisition (RDA) for range technology systems and acquisition. Real time data submissions and web-based access allow SRP stakeholders to maintain data accurately and share current and historical AMRP data. 2.1.5 Army Range Requirements Model (ARRM). ARRM is a mid-range and long-range planning web application used by installation and higher level managers. ARRM calculates baseline range and land unit throughput requirements and installation capacity. ARRM provides analytical capabilities tailored to the user’s organizational level from the development of installation Range Complex Master Plan (RCMP) and RDP to Army-level stationing scenarios by allowing all input parameters to be changed and requirements recalculated. The ARRM project supports SRP installation managers or proponents in performing essential evaluations of the installation training land and range requirements compared to the installation capacity. The

Page 23: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 23 of 146

ARRM system will assist the proponents in making timely decisions using current data. ARRM allows users at all levels – installation, ACOM and HQDA – to model operational RTLP throughput requirements as well as institutional range and land requirements arising from TRADOC-approved Program of Instruction (POI) and compare them to throughput RTLP capacity at SRP installations. The Training Budget (TBUD) is the model used by DA to estimate the VSCW budget used by the installation to generate installation requirements to support range operations. 2.1.6 As Directed, as Required, Approved, Acceptance. Where these words or words of similar import are used, it shall be understood that the direction, requirements, permission, approval, or acceptance of the Contracting Officer is intended unless stated otherwise. 2.1.7 Mission Training Complex (MTC). The MTC is the focal point for Army National Guard division and brigade staff training and development. Fort Leavenworth is the home of the Army's leading educational, research and development institutions. Into this dynamic and creative environment, the National Guard Bureau placed its Mission Training Complex. This location allows the MTC to draw on the best minds and expertise in the Army to develop the Leaders and Staffs of National Guard's Divisions and Brigades. 2.1.8 Capability Development Document (CDD). A document that captures the information necessary to develop a proposed program(s), normally using an evolutionary acquisition strategy. The CDD outlines an affordable increment of militarily useful, logistically supportable, and technically mature capability. The CDD supports a Milestone B decision review. 2.1.9 Capability Production Document (CPD). A document that addresses the production elements specific to a single increment of an acquisition program. The CPD must be validated and approved before a Milestone C decision review. The refinement of performance attributes and Key Performance Parameters (KPPs) is the most significant difference between the Capability Development Document (CDD) and CPD. 2.1.10 Charrette. Intensive planning session where designers and others collaborate on a vision for development. It provides a forum for ideas and offers the unique advantage of giving immediate feedback to the designers. More importantly, it allows everyone who participates to be a mutual author of the plan. The charrette process is focused workshop(s), which take place during the early phase of the design process. All project team members meet together to exchange ideas, encouraging generation of integrated design solutions. 2.1.11 Classified Material. Documents, data, information, and items for which access is limited to those persons having a "need to know" and appropriate security clearance. 2.1.12 Clearance. Authority permitting individuals cooperating in Department of the Army work, and having a legitimate interest therein, access to classified technical information, materiel, or equipment or admission to restricted areas or installations where such information or materiel is located.

Page 24: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 24 of 146

2.1.13 Combat Training Center (CTC) Program. The CTC Program provides realistic joint and combined arms training, according to Army and joint doctrine, approximating actual combat. 2.1.14 Construction. Erection, installation, or assembly of a new facility; addition, expansion, extension, alteration, conversion, or replacement of an existing facility; or relocation of a facility from one location to another. Includes equipment installed and made a part of such facilities, and related site preparation, excavation, filling, and landscaping, or other land improvements. 2.1.15 Contract. All types of agreements and orders for the procurement of supplies or services. 2.1.16 Contract Administrator. The official Government representative delegated authority by the Contracting Officer to administer a contract. This individual is normally a member of the appropriate Contracting/Procurement career field and advises on all technical contractual matters. 2.1.17 Contractor. A supplier or vendor awarded a contract to provide specific supplies or services to the government. The term used in this contract refers to the prime. 2.1.18 Contracting Officer. A person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.19 Contracting Officers Representative (COR). n Employee of the U.S. Government provided by requiring activities and appointed by the Contracting Officer to provide support to CORs in monitoring and documenting the contractor’s performance. These alternate surveillance support personnel may serve as on-site representatives of the COR in performance of actual contract surveillance, if they meet all COR training and experience requirements and are appointed by the contracting officer as Alternate CORs (ACOR). 2.1.20 Defective Service. A service output that does not meet the standard of performance associated with the PWS. 2.1.21 Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.22 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. 2.1.23 Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. 2.1.24 On-Site Contracting Officer Representative (OSCOR). An employee of the U.S. Government provided by requiring activites and appointed by the Contracting Officer to provide support to CORs in monitoring and documenting the contractor's performance. The OSCOR will

Page 25: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 25 of 146

serve as a representative of the COR in performance of actual contract surveillance, if they meet all COR training and experience requirements and are appointed by the Contracting Officer as OSCORs. ** See "Acronyms" in the PWS in paragraph 2.2 below. 2.1.25 Physical Security. Actions that prevent the loss or damage of GP. 2.1.26 Quality Assurance. The Government procedures to verify that services being performed by the contractor are acceptable in accordance with established standards and requirements of this contract. 2.1.27 Quality Assurance Specialist. An official Government representative concerned with matters pertaining to the contract administration process and quality assurance/quality control. Acts as technical advisor to the Contracting Officer in these areas. 2.1.28 Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.29 Quality Control. All necessary measures taken by the contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.30 Subcontractor. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.31 Work Day. The number of hours per day the contractor provides services in accordance with the contract and task orders. 2.1.32 Work Week. Monday through Friday, except for Federal holidays, unless specified otherwise. 2.2. Acronyms. The list of acronyms applicable to the TSS-E base contract(s) PWS and individual task orders are as follows: ACOR Alternate Contracting Officer's Representative A2/C2 Airspace Command and Control AAR After Action Review AARS After Action Review System ABCS Army Battle Command System ACAT I Acquisition Category AFARS Army Federal Acquisition Regulation Supplement ACOM Army Command ACP Army Campaign Plan ACSIM Assistant Chief of Staff for Installation Management ACUB Army Compatible Use Buffer ADOCS Automated Deep Operations Coordination System ADP Automated Data Processing (ADSI) Air Defense Systems Integrator

Page 26: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 26 of 146

AEC Army Environmental Command AETF Army Evaluation Task Force AFATDS Advanced Field Artillery Tactical Data System AIS Automated Information Systems AITR Army Information Technology Registry AKO Army Knowledge Online AMDPCS Air and Missile Defense Planning and Control System AMR Army Modernization Review AMRDEC Aviation & Missile Research Development & Engineering Center AMRP Army Master Range Plan AOM Average Occupancy Models AQL Acceptable Quality Level AR Army Regulation ARFORGEN Army Force Generation ARNG Army National Guard ARRM Army Range Requirements Model ASAS All Source Analysis System ASAT Automated Systems Approach to Training ASCC Army Service Component Command ASO Army Safety Office ASP Army Safety Program ATO Authority to Operate ATSC Army Training Support Center ATTRS Army Training Requirements and Resources System BAX Battle Area Complex BCCS Battle Command Common Services BCTC-ES Battle Command Training Capability-Equipment Support BMP Best Management Practices BES Basis of Estimate Summary BFT Blue Force Tracker BLUFOR Blue Force BOIP Basis of Issue Plan BSC Battle Simulation Center BVT Battlefield Visualization Team C&A Certification and Accreditation CFR Code of Federal Regulations C/I Coach/Interactors C2PC Command and Control Personal Computer C4ISR Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance CACTF Combined Arms Collective Training Facility CATT Combined Arms Tactical Trainers CBCSE Common Battle Command Simulation Equipment CCB Configuration Control Board CCI Construction Compliance Inspections CCTT Close Combat Tactical Trainer

Page 27: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 27 of 146

CD Combat Developer CDD Capabilities Development Document CDRL Contract Data Requirement List CG Commanding General CHP Common Hardware Platform CIM Contractor Installation Manager CJCSI Chairman of the Joint Chiefs of Staff Instruction CJCSM Chairman of the Joint Chiefs of Staff Manual CLIN Contract Line Item Number CLS Contract Logistics Support CMR Contract Manpower Reporting CoE Corps of Engineers COE Contemporary Operational Environment COI Course of Instruction COMSEC Communications Security CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTS Commercial-Off-the-Shelf CPD Capability Production Document CPOF Command Post of the Future CPX Command Post Exercise CTC Combat Training Center CTIA Common Training Instrumentation Architecture DA Department of the Army DAA Designated Approving Authority DAC Department of the Army Civilian DAGIR Digital Air Ground Integration Range DCGS-A Distributed Common Ground System-Army DCSOPS Deputy Chief of Staff for Operations DCSOPS&T Deputy Chief of Staff for Operations and Training DD Department of Defense (forms only) DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DIACAP Defense Information Assurance Certification and Accreditation Process DITSCAP DoD Information Technology DMDC Defense Manpower Data Center DOD Department of Defense DoD RMF Risk Management Framework DOIM Directorate of Information Management DOTMLPF Doctrine, Organization, Training, Materiel, Logistics, Personnel, and Facilities DPTM Director of Plans, Training, and Mobilization DPTM Director of Plans, Training, and Mobilization DPTMS Director of Plans, Training, Mobilization and Security

Page 28: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 28 of 146

DPW Director of Public Works DRU Direct Reporting Unit EADSIM Extended Air Defense Simulation EOD Explosive Ordnance Disposal EOY End Of Year ERF Entity Resolution Federation ESRI Environment Services Research Institute EST 2000 Engagement Skills Trainer 2000 ETC Exportable Training Center ETC-IS Exportable Training Capability Instrumentation System ETR Explosive Training Range ETSIU Enhanced Tactical Simulation Interface FAR Federal Acquisition Regulation FASIT Future Army System of Integrated Targets FBCB2 Force XXI Battle Command Brigade and Below FCS Future Combat Systems FDD Functional Description Document FFP Firm Fixed Price FGDC Federal Geographic Data Committee FIRESIM Fire Simulation FISMA Federal Information Security Management Administration FORSCOM Forces Command FOUO For Official Use Only FYDP Future Years Defense Plan GAT Government Acceptance Tests GCCSA Global Combat Support System-Army GFD Graphic Fire Desk GFE Government-Furnished Equipment GFF Government-Furnished Facilities GFI Government-Furnished Information GFP Government-Furnished Property GFS Government-Furnished Software GFU Government-Furnished Utilities GIS Geographic Information System GOTS Government Off the Shelf GSA Government Services Administration GSC Geospatial Support Center HIPAA Health Insurance Portability and Accountability Act of 1996 HITS Homestation Instrumentation Training Systems HQDA Headquarters, Department of the Army IA Information Assurance Cybersecurity IATO Interim Authority to Operate ICD Initial Capabilities Document ICTs Information and Communication Technology ID Identification IDIQ Indefinite Delivery-Indefinite Quantity

Page 29: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 29 of 146

IGI&S Installation Geospatial Information and Services IMCOM Installation Management Command IMI Installation Management Institute INRMP Integrated Natural Resource Management Plan IOC Initial Operating Capability IPB Installation Planning Board IPBO Installation Property Book Officer IPR In-Process Review IPT Integrated Process Team IS Information Systems ISA Interservice Agreement ISEC Information Security Engineering Command ISM Independent Stimulation Module IT Information Technology ITAM Integrated Training Area Management IWAM Installation Workplan Analysis Module JCATS Joint Conflict and Tactical Simulation JCIDS Joint Capabilities Integration and Development System JFCOM Joint Forces Command JIIM Joint-Interagency-Intergovernmental-Multinational JLCCTC Joint Land Component Constructive Training Capability JMRC Joint Multinational Readiness Center JMTC Joint Multinational Training Command JNEM Joint Non-kinetic Effects Model JNTC Joint National Training Capability JRTC Joint Readiness Training Center JTEN Joint Training and Experimentation Network LAN Local Area Network LMS Learning Management System LOGFED Logistics Federation LOS Line-of-Sight LRAM Land Rehabilitation and Maintenance LT2-FTS Family of Live Training Systems LTP Leader Training Program LVC Live, Virtual, & Constructive LVC&G Live, Virtual, Constructive & Gaming LVC-IA Live, Virtual, Constructive - Integrated Architecture LVC-ITE Live, Virtual, Constructive - Integrated Training Environment M&S Modeling and Simulation MATDEV Material Developer MATS Materiel Armywide Tracking System MC Mission Command MCA Military Construction, Army MCS Maneuver Control System MCTP Mission Command Training Program MCTSD Mission Command Training Support Division

Page 30: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 30 of 146

MDEP Management Decision Package MDMP Military Decision Making Process MEDEVAC Medical Evacuation METL Mission Essential Task List MER Mission Essential Requirements MILCON Military Construction MIM Military Installation Map MIMT Military Installation Map Toolkit MIS Management Information System MRF-W Multi-Resolution Federation- WARSIM MRX Mission Rehearsal Exercise MSR Monthly Status Report MTC Mission Training Complex MTT Mobile Training Team NAC National Agency Check NACI National Agency Check With Inquiries NACLC National Agency Check with Local Agency and Credit Check NGA National Geospatial-Intelligence Agency NGB National Guard Bureau NIPRNET Non-Classified Internet Protocol Router Network NOTAM Notice to Airmen NPDES National Pollutant Discharge Elimination System NSA National Security Agency NSC National Simulation Center NTC National Training Center NWARS National Wargaming System OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs OE Operational Environment OF Objective Force OMA Operation and Maintenance, Army OSCOR On-Site Contracting Officers Representative OneSAF One Semi-Automated Forces OPA Other Procurement, Army OPFOR Opposing Force OPFOR TS Opposing Force Training Systems ORAH On Range Ammunition Handling ORE Operational Readiness Exercise OS Operating System PEO STRI Program Executive Office for Simulation, Training and Instrumentation PFTEA Post Fielding Training Effectiveness Analysis PH Probability of Hit PK Probability of Kill PM Program Manager

Page 31: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 31 of 146

PMR Program Management Review POC Point of Contact POI Program of Instruction POM Program Objective Memorandum POP Period of Performance PRIDE Planning Resources for Infrastructure Development and Evaluation 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 QCP Quality Control Protocol RC Reserve Component RCB Requirements Control Board RCCB Range Configuration Control Board RCMP Range Complex Master Plan RCMP-T Range Complex Master Plan - Tool RDA Research, Development, and Acquisition RDAP Range Development and Planning RDP Range Development Plan RFMSS Range Facility Management Support Systems RMTK Range Managers Toolkit ROPD Range Officer Professional Development RSC Regional Support Center RSWG Range Safety Working Group RTAM Range and Training Area Management RTLA Range and Training Land Assessment RTLP Range and Training Land Program RTM Run Time Manager RTOC Reconfigurable Tactical Operations Center SA Systems Administrator SCORM Sharable Content Object Reference Model SDSFIE Spatial Data Standard for Facilities Infrastructure and Environment SDZ Surface Danger Zone SIMPLE SIM C4I Interchange Module for Plans, Logistics, and Exercises SIPRNET Secret Internet Protocol Router Network SMC Senior Mission Commander SOP Standard Operating Procedures SOSO Stability Operations and Support Operations SRA Sustainable Range Awareness SRP Sustainable Range Program SSAA System Security Authorization Agreement STD System Training Devices STIDD Systems Training Integration and Devices Directorate

Page 32: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 32 of 146

STRAP System Training Plan STSP Soldier Training Support Program SWPPP Stormwater Pollution Prevention Plan SWT STRAP Writing Tool TACOM Tank Automotive and Armaments Command TACSIM Tactical Simulation TADSS Training Aids, Devices, Simulations, and Simulators TBUD Training Budget TCI Training Capabilities Integration TCM TRADOC Capabilities Manager TCM-R TRADOC Capabilities Manager Reconnaisance TDY Temporary Duty TE Technical Exhibit TEC Topographic Engineering Center TECOM Training and Education Command TEPS Training Events Planning System TES Tactical Engagement Systems TII Target Interface Inspections TIR Technical Information Report TIWG Testing Integration Work Group TR TRADOC Regulation TRADOC Training and Doctrine Command TRI Training Requirements Integration TS Training Support TS-MATS Training System - Materiel Armywide Tracking System TSP Training Support Package TSS Training Support System TSSR Training Support System Review USARC United States Army Reserve Command UTMS Unit Training Management System UWG Users Working Group UXO Unexploded Ordnance V&V Verification and Validation VIP Very Important Person VRSG Virtual Reality Scene Generator VV&A Verification/Validation/Accreditation WAM Workplan Analysis Model WAN Wide Area Network WARSIM Warfighters Simulation WAWF Wide Area Workflow WDZ Weapons Danger Zones WFF Warfighting Functions WIM WARSIM Intelligence Model

PART 3. GOVERNMENT-FURNISHED PROPERTY (GFP)

Page 33: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 33 of 146

3.1 General. The Government will provide the facilities, utilities, equipment, parts, supplies, and materials not delineated as contractor furnished in the PWS described herein as GFP. GFP consists of Government-Furnished Facilities (GFF), Government-Furnished Utilities (GFU), Government-Furnished Equipment (GFE), Government-Furnished Materials (GFM), Government-Furnished Information (GFI), and Government-Furnished Software (GFS) placed in the contractor's custody. The contractor shall not use GFP for any other purpose than execution of work under this contract. GFP will be identified in individual task orders. 3.1.2 GFF. The Government will furnish or make available to the contractor facilities, areas within facilities, and utilities to perform the required services. 3.1.2.1 Facility Maintenance. The Government will provide facility maintenance and repair in accordance with installation and Directorate of Public Works (DPW) regulations, policies, and procedures. Government provided facilities and contractor operations, therein, shall be subject to periodic safety, fire, or quality inspections to insure compliance with established procedures and regulations. The contractor shall not add to or modify any Government facility without the written approval of the DPW and Contracting Officer or COR. 3.1.3 GFU. The Government will furnish utilities as currently installed in GFF. All facilities will not receive the same utility services. Types of utility services furnished include electric, gas, water, sewage, steam, fuel oil, and liquid propane gas. The contractor shall not change or modify any utility system or component without prior Government review and written approval. The contractor shall not connect any contractor furnished equipment or system without prior Government review and written approval. 3.1.4 Medical/Emergency Services. Emergency vehicles and medical personnel will be provided in an emergency, on the job situation, when a contractor employee suffers a serious or life-threatening injury. Government facilities and emergency treatment will be provided in these instances as the first point of medical care. Transfer to other than Government medical treatment facilities shall be effected as soon as possible and as determined by attending medical authorities. Based on Medical Center policies in effect, charges may be made to the employee. 3.1.5 Custodial. The Government will provide custodial services for administrative areas and restrooms within certain GFF used by the contractor. Custodial services will be provided for any office spaces on any installation. 3.1.6 Refuse Collection. The Government will provide refuse collection services at Government facilities. The contractor shall be responsible for placing refuse in Government provided waste disposal containers. 3.1.7 GFE. GFE is equipment provided to the contractor for use in performing on-site work specified in this contract (i.e. telephones, copiers, copier services). The contractor shall not use GFE for any work outside the scope of this contract unless prior authorization is received from the Contracting Officer. The contractor is responsible for reporting all Government property accountable to this contract, including that property at subcontractor and alternate locations. The contractor shall provide an annual GFE report. Government-furnished equipment will be detailed in individual task orders.

Page 34: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 34 of 146

3.1.8 Telephones. Telephone services and instruments shall be provided by the Government. Specific post installation services shall be coordinated by the contractor. Coordination with the installation shall occur prior to service implementation. Personal identification numbers (PIN) used for making long distance commercial calls shall be kept to a minimum and coordinated with the Government. 3.1.8.1 The Government will install, maintain, repair, and remove, as necessary, all Government-furnished telephones, telephone instruments, and telephone distribution systems. Contractor personnel shall not relocate Government-furnished telephone communications equipment nor tamper in any way with the telephone distribution system. Whenever changes to communication services are required, to include changing locations of extensions and adding and deleting phone lines, the contractor shall prepare and submit DA Form 3938 Local Service Request to the Contracting Officer for approval or disapproval. The contractor shall obtain prior Government review and written approval before connecting or disconnecting any contractor furnished equipment to Government-furnished communications systems, lines, or equipment. The contractor shall not use the Government-furnished communication services for any action not directly associated with the requirements of this contract. 3.1.9 GFM. GFM includes supplies, parts, subassemblies, raw materials, and other components and end items used to accomplish work or services described in this contract. Specific materials will be identified in individual task orders. 3.1.10 GFI. The contractor will be provided with information equivalent to that used by Government personnel. GFI will be identified in individual task orders. 3.1.11 GFS. The contractor will be provided with software equivalent to that used by Government personnel. GFS will be identified in individual task orders.

PART 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES

4.1 General. The contractor shall furnish all supplies, equipment, facilities, and services required to perform work under this contract that are not listed under Section 3 – Government-Furnished Property. The contractor shall become responsible for GFP when the Government transfers responsibility of the GFP to the contractor by means of a transfer document. Prior to assuming responsibility for GFP, the contractor shall appoint, in writing to the Installation Property Book Officer (IPBO), an individual who shall serve as the primary hand receipt holder for all GFP. 4.2 Property Control System Plan. Within ten (10) business days of the contract start date, the contractor shall provide a Property Control System Plan to the Contracting Officer. The contractor shall ensure that the Property Control System Plan addresses the requirements of this contract and is consistent with FAR 52.245-1 - Government Property. The contractor shall update the plan annually or as required based on changes to property regulations and requirements. 4.3 Property Administration. The contractor shall perform Property Administration in accordance with FAR 45 – Government Property and Army installation property regulations. The contractor shall prepare and submit an annual report, DD Form 1662 - DoD Property in the Custody of

Page 35: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 35 of 146

Contractors. The contractor shall not remove GFP from installation or other supported areas without written approval from the Contracting Officer. 4.4 Inventory Management. The contractor shall attend a Phase-in GFP transfer and inventory meeting as required in individual task orders. The Government will schedule meetings prior to task order start. Prior to the performance start date, the contractor shall conduct a one-hundred (100) percent joint inventory in accordance with AR 71-32 - Force Development and Documentation, AR 710-2 – Inventory Management, DA Pam 710-2-1 – Using Supply System (Manual Procedures) and AR 735-5 - Policies and Procedures for Property Accountability. The Government and the contractor shall certify the joint inventory as accurate. The contractor shall update the inventory listing every thirty (30) days to ensure the list is current. At the time of the inventory, all GFP shall be jointly inspected. The contractor shall record any property not serviceable. IUID clause shall be concurred with. 4.5 Contract Expiration and Termination Inventory Procedures. The contractor shall attend a phase-out GFP transfer and inventory meeting with the Contracting Officer, COR, or OSCOR as required in individual task orders. The Government will schedule the meeting prior to contract completion or termination date as designated by each individual task order. Prior to expiration or termination of the affected task orders, final inventory of all GFP shall be conducted and jointly inspected by the contractor and observed by the Government. The contractor shall prepare, certify, and submit a detailed final inventory report jointly approved by the Government and the contractor. The inventory shall include the same data as required for the initial inventory. 4.6 Materials. Contractor furnished materials shall be stipulated in individual task orders if required. 4.7 Equipment. Contractor furnished equipment shall be stipulated in individual task orders if required. 4.8 Reserved. 4.9 Segregation of Property. Government property shall be segregated and kept physically separate from contractor-owned property. 4.10 Removal of Contractor Property. Within thirty (30) calendar days after completion or termination of this contract, the contractor shall remove all contractor property from the installation(s). The Government will not be responsible for any contractor-owned property left after contract completion or termination. If the contractor does not remove said property from the installation(s) within the stated time, the Government will take possession of or dispose of the property.

4.11 The contractor shall develop, provide, and update TSS-E training products consisting of courseware, publications, and other products that are the outputs of the training development process. This includes multimedia course materials, distributed learning and self-development courses and lessons, mission training plans, videos, and other training material as identified by the Government. Specific products will be identified in individual task orders.

Page 36: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 36 of 146

4.11.1 The contractor shall maintain, update, and assist in the development of TSS-E and related Army training publications. PART 5. SPECIFIC TASKS. Each task listed shall be performed in accordance with applicable publication(s) listed in Section 6 of the PWS as the performance standard. 5.1 Sustainable Range Program (SRP). The SRP is the Army’s overall approach for improving the design, management, usage, and long-term sustainability of ranges. AR 350-52, Army Training Support System, and AR 350-19, the Sustainable Range Program, defines the SRP’s two core programs: (1) the Range Program and (2) the Training Land Program. The Range Program includes range modernization and range operations. The Training Land Program focuses on land management and maintenance through the integrated training area management (ITAM) process, training land acquisition, and SRP Outreach, which provides support to both SRP core programs. ITAM provides a Geographic Information System capability to support range modernization, range operations, and ITAM needs. GIS support task descriptions for Lot 2 will be identified in individual task orders. 5.1.1 SRP Support. The SRP Lead Agent, Army Training Support Center (ATSC) Live Training Directorate, TRADOC Capability Manager-Ranges (TCM-Ranges), Joint Base Langley-Eustis (JBLE), VA supports HQDA by developing program requirements, guidance, procedures, standards, tools, training, resources, and technical support. This support is provided in a dynamic environment of changing Federal budget priorities, Army strategies and doctrine, readiness and deployment postures, Federal laws and regulations, DoD and Army policies and standards, and Army TSS priorities. The Contractor shall provide SRP support that is responsive to this dynamic environment, and ensures tasks are completed in a manner and schedule that meets live training goals. 5.1.2 SRP Planning. SRP planning is facilitated by and documented in Range Complex Master Plan (RCMP), and establishes and documents links between installation training needs to program goals, objectives, and program work plans. The RCMP establishes installation priorities, coordinates actions and approvals, tracks execution, and reports results. The contractor shall assist the Range Office in determining mission commander training needs, and documenting these as goals within the RCMP. The contractor shall evaluate and document conditions that currently impact or are likely to impact the successful execution of each goal. The contractor shall develop Objectives to address these conditions, and create workplans for each SRP program to support the Objectives. 5.1.3 SRP Technical Support. The contractor shall assist the SRP Lead Agent by providing technical support to installations, Commands, HQDA, and Joint Staff Range and Training Land offices in the areas of Range Operations, Range Safety, Range Modernization, and ITAM. This support shall include range and training land planning, project designs and scoping, implementation of policies and standards, and reporting. The Contractor shall provide support utilizing telecommunications, email, SRP enterprise tools, and site visits. Task Orders provide the Geospatial Automated tools and tools they anticipate fielding during the PoP of that Task Order.”

Page 37: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 37 of 146

5.2 SRP Training. The contractor shall assist the SRP Lead Agent in developing new or updating existing training content and materials for all SRP areas; this includes the identification of learning objectives, development of course content and briefing materials, and conduct of training. Training will address SRP planning and budgeting; Army policies, guidance, standards, and procedures; and program support tools and techniques. Training shall be conducted via Defense Connect Online (DCO), Video Teleconference (VTC), distance learning, resident course, or workshops. Where training is conducted at a non-government facility, the contractor shall assist TRADOC Capabilities Manager (TCM) Ranges SRP in evaluating and obtaining training venues and coordinating logistics. The details/specifics will be addressed in task orders. 5.2.1 Range Officer Professional Development (ROPD). ROPD provides distance learning and resident courses IAW TRADOC Regulation 350-70, for the SRP to develop and maintain knowledge and capabilities to conduct SRP functions. The SRP Lead Agent provides course content, functional reviews, technical oversight of courseware development and deployment, and instructors for resident courses. 5.2.2 Course Development. The contractor shall review and update both Learning Management System (LMS) and instructor led courses. The contractor shall analyze other Armed Services’ range operations related courseware for integration into the Army's ROPD program. The Contractor shall coordinate with the SRP program leads to develop new and update existing resident and DL ROPD courses. This shall include the identification of learning objectives, development of story boards, practical exercises, narratives, graphics, lesson plans, tests, and reviewing development versions. The Contractor shall lead instruction of resident courses. The details/specifics for updates to LMS and instructor led courses will be found in task orders. 5.2.3 ROPD Distributed Learning (DL); Army Learning Management System (ALMS) Testing Interface. The contractor shall coordinate with the ALMS office to review compliance with the Sharable Content Object Reference Model (SCORM), and verify the graphic user interface is consistent with all other ROPD courses and ROPD Functional Decision Document (FDD). The contractor shall upload and test courses and correct all technical issues with the courses. 5.2.4 Resident Course Management. The contractor shall provide course oversight and conduct resident courses in accordance with applicable Program of Instruction (POI). The contractor shall coordinate and provide instructors, classrooms, and materials. The contractor shall monitor course content and identify where updates and revisions are required. 5.2.5 Student Management. The contractor shall manage all aspects of student progress through the ROPD courses. The contractor shall track the courses in SRP Web/Army Training Requirements and Resources System (ATTRS), establish pre-requisite courses, over-see “testing-out” capabilities, and ensure the timely completion of courses. The contractor shall support the SRP Lead Agent in establishing academic credit for ROPD courses. 5.2.6 SRP Personnel Series. The contractor shall assist the SRP Lead Agent in analysis and development of OPM SRP Series. This shall include analysis, reporting, and briefing Army Chain of Command.

Page 38: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 38 of 146

5.2.7 Workshop. The workshop purpose is to provide a training venue for TSS professionals engaged in LVC support and operational and institutional training. Official attendees are active duty military personnel, DOD civilians, and other personnel whose attendance is directed and paid for by a DOD/Army contract. Workshops are held annually in a CONUS location to accommodate all TSS Headquarters, Command, Installation, and supporting agencies involved with development, delivery, and support of the TSS program. The workshops may be attended by as many as 1,500 official participants, and include breakouts for each of the main TSS program areas, technical training with automated applications, briefings, and symposiums. The contractor shall provide evaluation of available venues, and assist with the selection and execute agreements to engage the venue. The contractor shall assist with the planning for the workshop to include preparation of required paperwork for Army conference approval. The contractor shall coordinate and execute the workshop including marketing, registration, logistical support, workshop operation, and After Action Reviews (AARs). There are no personal services associated with this contract. 5.2.8 Program Management Review (PMR). Bi-annual PMRs provide a forum for Army Command (ACOM), Army Service Component Commands (ASCC), and Direct Reporting Unit (DRU) to present TSS-E program needs and for SRP Program Leads to present program updates/informational briefings. The SRP Program leads include Headquarters, Department of the Army DAMO-TR (SRP Manager), ATSC Live Training Directorate, United States Army IMCOM), United States Army FORSCOM, United States Army TRADOC, ARNG G3 Training Eighth USARPA), United States Army Europe (USAREUR), United States Army Central (ARCENT), Military District of Washington (MDW), United States Army Medical Command (MEDCOM), United States Military Academy (USMA), United States Army Reserve Command (USARC), United States Army Corps of Engineers (USACE), Program Executive Office for Simulation, Training and Instrumentation (PEO-STRI), Tank and Automotive Command (TACOM), and the United States Army Test and Evaluation Command (ATEC). These meetings may be conducted via DCO/telecom, in person at Government facilities, or in person at off-site facilities. The contractor shall assist the SRP Lead Agent by developing PMR agendas, briefings and materials, and conducting briefings. Where PMRs are conducted at an off-site facility, the contractor shall assist in evaluating and engaging the venue, coordinating logistics, and preparing paperwork required for Army conference approval. 5.2.9 Program Coordination. The contractor shall assist SRP Lead Agent by coordinating and performing liaison duties with other offices and agencies including Army Commands, DA staff offices, other Army agencies, other DOD Services and offices, Joint Staff, international organizations, and State and Federal agencies. This coordination shall support development of standards, strategies, policies, guidance, procuring support, identifying procedures and local requirements, and establishing agreements. This coordination may be conducted via telecommunications, email, SRP enterprise tools, and site visits. 5.2.10 DA Support. The SRP Lead Agent provides research and analysis to support Army standards, polices, requirements, and DA initiatives. The contractor shall support development of recommended range and training land doctrinal requirements; develop, update, and utilize models and databases to support program requirement development, reviews, and prioritization at Command and Army levels; draft, coordinate, and promulgate strategies, policies, guidance,

Page 39: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 39 of 146

standards, and procedures; track and report program execution; and prepare and conduct program overview and update briefings. The contractor shall support HQDA initiatives including SRP Outreach, and analysis in support of stationing decisions and training land needs. 5.2.11 SRP Geospatial Information Systems (GIS) Support. The contractor shall provide central SRP GIS to maintain standard SRP GIS capabilities at installations and provide SRP GIS program support to Commands, SRP Lead Agent, and HQDA. The SRP installation support shall be provided at two (2) levels for support of SRP Geospatial tasks; full support and partial support. Full support includes all SRP Geospatial services from centralized SRP Geospatial support for installations without SRP GIS staff; and partial support which includes technical support and training from centralized SRP Geospatial services for installations with SRP GIS staff. The contractor shall follow all applicable Federal, DoD, Army, and SRP strategies, standards, and procedures for SRP Geospatial support tasks. 5.2.11.1 SRP Geospatial Standards. The contractor, in accordance with the SRP Geospatial Data Strategy, shall collect, document, and submit recommendations for the update of existing SRP Geospatial data Quality Assurance Plans (QAPs), provide detailed review comments and recommendations on non-SRP proponent QAPs, and provide review, support, and recommendations on the Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE). The contractor shall review, develop, and provide updates to map and data map standards, techniques, and templates to support implementation of these standards in meeting SRP data development and SRP mapping requirements. 5.2.11.2 SRP Geospatial Automated Tools. SRP Geospatial Automated Tools support standard military map layouts and printing, range safety and range scheduling, range and training land planning, and implementation of data and mapping standards. The contractor shall support development and refinement of requirements, functional testing, and fielding of SRP Geospatial automated tools. The Government requires contractors to have a complete understanding of TSS requirements in submitting technical proposals. Required Geospatial Automated tools will be identified in task orders. Task Orders provide the Geospatial Automated tools and tools they anticipate fielding during the PoP of that Task Order. 5.2.11.3 SRP GIS Training. The contractor shall develop, update, and conduct training on Geospatial tools, standards, and procedures supporting SRP business functions for installation Range and Training Land staff. The contractor shall also review existing SRP geospatial training and recommend content updates. ITAM program requirements will be identified in task orders. 5.2.12 SRP Planning Support. The contractor shall develop Geospatial procedures and standards to support the Range Complex Master Plan (RCMP) process. This shall include the mapping and analysis of range and training land facilities, conditions, and constraints; analysis of alternatives; and project locations. The contractor shall provide technical support and training (Partial Support), and data development, mapping, and analysis to support RCMP development and updating (Full Support). 5.3 Range Operations Support. The contractor shall develop data, perform analysis, and create maps to support range and training land scheduling and range safety requirements (Full Support).

Page 40: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 40 of 146

5.3.1 Range Modernization Support. The contractor shall support Range Planning Charrettes and Design Reviews using Commercial Off the Shelf (COTS) and SRP Geospatial tools to develop maps, briefings, and products to assist in the development of range modernization plans. 5.4 ITAM Support. The contractor shall utilize RCMP to develop mapping standards for ITAM projects. The contractor shall develop maps and analysis to support Training Requirements Integration (TRI), Land Rehabilitation and Maintenance (LRAM), Range and Training Land Assessments (RTLA), and Sustainable Range Awareness (SRA) (Full Support), and technical support and training for these tasks (Partial Support). 5.5 SRP Geospatial Technical Support. The contractor shall provide technical support to installations and commands in the areas of Geospatial data maintenance, analysis, and management; COTS GIS software used by SRP; map configuration and output; systems configuration; hardware/software specifications; data sources and acquisition procedures; implementation of Geospatial data standards, policies, and guidance; remote sensing acquisition and analysis; and SRP automated Geospatial tools. The contractor shall develop and maintain technical guidance on SRP automated tools, standards, and procedures, for publication on the SRP web-based portal. Task 5.5 and associated sub-tasks (5.5.1-5.5.7) are currently executed as central support to the SRP through the 17 tasking areas found in the SRP Geospatial Support Center (GSC) Task Order with oversight from TCM Ranges. The Government understands that offerors will have a through and complete understanding of TSS requirements and will demonstrate this understanding in their technical proposals. Task Orders will provide specific automated tools during the Period of Performance. 5.5.1 SRP Geospatial Data Development. The contractor shall develop SRP proponent Geospatial data through manual digitization, scanning, image processing and classification, aerial photograph interpretation, Global Positioning System (GPS) field surveys, acquisition and processing of data from other Government agencies and sources, and conversion from existing digital formats to formats compatible with the current release of applicable DoD, Army, and SRP GIS standards (Full Support). 5.5.2 SRP Geospatial Quality Assurance/Quality Control (QA/QC). The contractor shall perform QA/QC on all Geospatial data for which SRP is the proponent. The contractor shall collect data, perform checks to ensure compliance with standards, coordinate corrections, and upload approved data to the Army Geospatial database. The contractor shall also update SRP Geospatial QA/QC protocols. 5.5.3 Military Installation Maps (MIMs). The contractor shall provide technical support in the development of MIMs and QA/QC support to include draft and final reviews of MIMs (Partial Support). The contractor shall create and maintain MIMS (Full Support). The contractor shall submit final MIMs to the National Geospatial Intelligence-Agency (NGA). The contractor shall create Geo PDF’s of all final MIMs and maintain on the SRP web-based portal. The contractor shall update the existing MIM map template, MIM Production Guidance Documentation, and MIM QA/QC procedures.

Page 41: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 41 of 146

5.5.4 SRP Geospatial Data Storage Warehouse. The contractor shall store installation level Geospatial databases and associated documentation to support HQDA and installation requirements. The contractor shall operate warehouse as a dedicated backup for all SRP GIS data, map project files, associated data tables, associated map export files, symbology files, metadata and all associated documentation and collected, developed, and maintained in support of SRP GIS and related SRP functions; and update the Warehouse SOP. 5.5.5 Command and Headquarters Support. The contractor shall provide support to Execution Commands and HQDA SRP POCs (DAMO-TRS, SRP Lead Agent, SRP Execution Command Managers, and SRP Managers) to include development of specialized map products in paper and digital formats, database queries, geospatial database design, geospatial data standards implementation, SRP GIS application support, training, and geospatial analysis. Support shall also be provided in accessing, implementing, and utilizing SRP applications, databases, and SRP database standards including the SRP Geospatial Data Strategy, SRP GIS related SOPs, SRP “How-To” documents, and SRP geospatial data standards. The contractor shall provide on-site support and shall maintain GIS data viewing, mapping, and plotting capability at DAMO-TRS. The contractor shall also participate in the SRP GIS Users Working Group (UWG). 5.5.6 Workshop Support. The contractor shall support SRP related workshops including development of SRP GIS overview, procedures, and standards briefings; SRP GIS automated tools training; and SRP GIS support booth development and deployment. 5.5.7 SRP GIS Web Resources. The contractor shall update and maintain the SRP GIS content area contained under the SRP web based portal. The contractor shall maintain, update, and keep current the SRP GIS content area containing documents, images, maps, notifications, surveys, deliverable tracking status pages, and tools. 5.6 SRP Information Technology (IT) Enterprise Support. Information Technology (IT) support includes the management, development and sustainment of IT solutions for use by Installations, ACOM, ASCC, DRU, and HQDA. Information technology is an effective enabler to the planning, programming, budgeting and execution process in developing, programming and managing live training venues. Developing, deployment, and supporting information technologies for the Live Training capabilities supported by the SRP must be responsive to rapidly changing Army doctrine, strategies, readiness and deployment, weapon systems and munitions, force structure, and funding priorities. The contractor shall ensure IT Enterprise support tasks are completed in manner and schedule that meets live training goals. Additionally, application development and configuration management is an inherently iterative process. The contractor shall respond to user requirements and changes to those requirements arising in the development and configuration processes. The contractor shall ensure IT solutions are synchronized, integrated, prioritized, and standardized across the SRP enterprise to support the SRP business processes. The contractor shall deliver information and functionality to ensure the long-term sustainability of the Army’s training ranges and land assets by providing access to and sharing of timely, secure and trusted information. IT Support includes the management, development and sustainment of IT solutions for use by Installations, ACOM, ASCC, DRU, Headquarters, and DA.

Page 42: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 42 of 146

5.6.1 SRP IT Enterprise Management. The contractor shall maintain the SRP IT Enterprise Strategy to ensure that investments in IT support SRP business functions and improve the SRP programs. The Enterprise Strategy shall include an enterprise IT architecture and data strategies that improve data stewardship by ensuring a consistent definition and view of information across the organization, and enable information sharing and reuse. The SRP IT Enterprise Strategy shall adhere to and adopt DoD and Army IT and data strategies, goals, framework, and policies. The contractor shall coordinate the development, review, approval, and implementation of the SRP IT Enterprise Strategy via the SRP IT Configuration Control Board (SRP IT CCB), and SRP program managers and stakeholders. The contractor shall provide support to the SRP leadership to institutionalize consistent data management practices through incorporation of the enterprise data strategy into SRP planning, programming, and budgeting processes and policies. The contractor shall act as an SRP IT liaison to Army G6 offices, SRP working groups, HQDA, and other SRP offices. The contractor shall provide strategic planning support to SRP program managers and stakeholders. 5.6.2 SRP IT Functional Requirements. The contractor shall use a structured process for identifying, defining, and documenting functional requirements for IT solutions. The contractor shall participate in User Working Group meetings, IT CCB meetings, and other stakeholder meetings to allow the Government to validate that identified requirements support the SRP IT Strategy and business process. 5.6.3 SRP IT Enterprise Accreditation and Portfolio Management. The contractor shall provide support for Army G6 initiatives and Army cyber security Information Assurance (IA) programs IAW DODI 8500.01 - Army Regulations 25-1 and 25-2. The contractor shall assist in the development of accreditation packages and updates for SRP-related systems developed by or for DAMO-TRS and SRP Lead Agent. The contractor shall provide input and oversight to all SRP-related IT accreditation efforts such as DoD Risk Management Framework (DoD RMFDOD) and DoD Information Assurance Certification and Accreditation Process (DIACAP) via the use of industry best practices for application security design, to include compliance with the Defense Information Systems Agency (DISA) Security Technical Implementation Guides (STIGs). Security documentation shall, at a minimum, provide the results of applying the applicable STIGs. The contractor shall conduct ongoing vulnerability/compliance scans of SRPWeb Portal host servers per DoD and Army policy, guidance, and directives for maintaining applicable IA controls compliance to current Authority to Operate (ATO) standards. The contractor shall apply Government approved Information Assurance Vulnerability Alert (IAVA) patches to all SRPWeb environments. The contractor shall provide documentation, system engineering, and briefing support to ensure the SRPWeb Portal maintains/obtains the following accreditations/certifications: DoD RMF DIACAP ATO, and Certificate of Networthiness (CoN). The contractor shall perform regular Army and Office of the Secretary of Defense (OSD) regulation reviews pertaining to IT and inform the Government of evolving IT related polices and guidance to which SRP must adhere. The contractor shall provide IA guidance and education to SRP program managers. The contractor shall provide technical support to SRP program managers in the maintenance of the Army Portfolio Management System (APMS). The contractor shall develop and provide SRP IT updates, briefs, and plans for SRP program offices.

Page 43: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 43 of 146

5.6.4 SRP IT Enterprise Application Management. The contractor shall assist in the development, oversee maintenance, and administration of SRP systems to include both web-based and desktop applications. The contractor shall maintain a central web portal for the SRP that provides secure access to information, applications, and training for functional areas within SRP. The portal content shall include range operations and safety professional development for the operational force, GIS guidance and policy, range modernization processes, range development activities, ITAM information, as well as overall SRP programmatic information and guidance. The portal shall offer a single point of entry through a common interface to enterprise web-based applications, which support the SRP in maximizing the capability, availability, and accessibility of ranges and training lands to support doctrinal training and qualification requirements, mobilization, and deployments. The contractor shall maintain all SRP web-based applications currently hosted and managed within the portal and integrate other web-based applications as necessary. The contractor shall follow all guidance provided in the SRPWeb Portal Integration and Operations Guide; including complying with the responsibilities defined in the applicable SLA, preparing and submitting documentation describing the software update process, and preparing and submitting baseline test plans. The contractor shall update and maintain the SRP portal IT Enterprise content areas including but not limited to: updating content, modifying the layout, and uploading datasets and documents. The contractor shall provide technical management, reviews and input to SRP program managers to support computer database administration for all SRP IT Enterprise applications: architect, design, oversee the development of, or administer computerized databases, install software and applicable databases onto the appropriate computer(s) operating systems, creates databases, configure databases (for a data warehousing application), and uses import utilities to install databases. 5.6.5 SRP IT Enterprise Operation. The contractor shall assist in the development and oversee maintenance and administration of SRP systems. The contractor shall ensure the consolidation of Hardware (HW), Software (SW), and servers are in line with the Army Data Center Consolidation Plan (ADCCP). The contractor shall maintain SRP HW and SW life-cycle plan and recommended HW and SW configurations for all facets of the SRP. The contractor shall coordinate with system POCs to ensure appropriate replacement of HW and SW is programmed and executed. The contractor shall provide systems analysis support for applications as required. The contractor shall coordinate all Configuration Management processes, ensure system changes comply with Army directives/guidance and provide IT support for system interfaces. The contractor shall review system interface agreements and service level agreements to ensure that the best interests of SRP Lead Agent are considered prior to interface implementation. The contractor shall install software and applicable databases onto the appropriate computer(s) operating systems, create and configure databases (for a data warehousing application), and use import utilities to populate databases. 5.6.6 Maintain Existing SRP IT Enterprise Functionality. The contractor shall maintain existing functionality for the SRPWeb Portal and Portfolio of Applications existing production code base; and shall support three management views: (1) Installation/Training Center Management View; (2) Command Management View; and (3) the Enterprise Management View. Maintaining existing functionality includes resolving and developing software fixes and minor change requests to the production code base as coordinated with the Government. The contractor shall maintain portfolio applications supporting SRP Business functions including: range and training

Page 44: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 44 of 146

land planning; range modernization project designs, schedule, and reviews; range and training land inventory, requirements, and budget development and execution; range operations planning include danger zones for weapon systems and munitions, and noise contours; range and training land scheduling and utilization; range safety; geospatial data development, analysis, mapping, and standards implementation. The contractor shall provide for the support, maintenance and upkeep of the SRPWeb Portal & Portfolio of Applications, Private site hosting environment, and Centralized Help Desk. 5.6.7 SRP IT Enterprise Development. IAW the SRP IT Enterprise Strategic Plan, the contractor shall implement and maintain a Services Oriented Architecture (SOA) which aims to enhance efficiency through the creation of common and interoperable services and technologies. The contractor shall follow a structured Software Development process that includes requirements analysis, design, implementation, testing, documentation, and deployment. The contractor shall research and evaluate new products, including installation, configuration, upgrades, license management, administration, and performance tuning. The contractor shall evaluate emerging technologies for effectiveness and/or potential for use, in relation to how applications may or may not affect current accreditations. The contractor shall use the full potential of the SharePoint and ASP.NET architecture, along with authorized COTS and custom-built components to deliver dynamic web content to clients. 5.6.8 SRP IT Enterprise Testing and Acceptance. The contractor shall adhere to the SRPWeb Implementation and Operations Guide when testing and migrating SRP IT solutions to production. The contractor shall maintain and update a baseline test plan for all IT solutions. The contractor shall ensure that testing and release management encompasses the areas of data integrity, web application, and web services as well as comply with approved System Interface Agreement (SIA) and Service Level Agreement (SLA). The testing procedures shall detail each of the actors, the application's beginning state, user input, and expected results. The contractor shall be responsible for Internal System Testing (IST) of the application prior to Government Acceptance Testing (GAT). The contractor shall prepare and provide a GAT Test Plan prior to GAT. The contractor shall correct all software identified during GAT at no additional cost to the Government. Prior to moving the application to production, the contractor shall address all tests identified as unsatisfactory when the application is prepared for subsequent GAT. Migration to production shall be IAW the SRP Web Implementation and Operations Guide and the applicable SLAs. 5.6.9 SRP IT Application Documentation and Tutorials. The contractor shall create and update each application’s help documentation based on code updates, system requirements, and maintenance. The contractor shall make the help documentation accessible to users through a simple interface within each application as well as in a separate downloadable file (e.g. .Pdf format). The contractor shall update the installation/access instructions and system, user, capability requirements for each SRP application and include the installation/access instructions as a separate file with each application’s installation package or web interface. The contractor shall update tutorial training materials for each SRP application. The contractor shall update the screen cast video tutorial, with audio, demonstrating and teaching each application’s features. The contractor shall propose the delivery medium in their technical proposal (e.g. Flash, Quicktime, etc). The contractor shall make the tutorial video(s) available for download with

Page 45: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 45 of 146

each applications interface. The contractor shall develop/update each application’s tutorial as each application is updated. 5.6.10 SRP IT Enterprise Deployment Support. The contractor shall provide technical support to all users of SRP IT applications at all 102 SRP supported installations, Commands, and HQDA. The contractor shall operate a central help desk from the contractors location, operating from 0700-1800 Eastern Monday thru Friday, to services and support to users and to the SRP IT hardware, software and systems. The contractor shall operate the central help desk to manage requests for functional and technical support, and collect user feedback or change requests; user requests shall be enabled through the SRPWeb Site Support page, by telephone, or by email. The Help Desk shall provide technical support for all SRP IT applications, troubleshoot problems involving input, retrieval, connectivity, and hardware and retrieval. The contractor shall conduct modifications of database information and general operation and maintenance of the systems and sub-elements, software change packages, analyze equipment and software reliability, performance and utilization reports to identify and define problem areas and to establish performance levels. The contractor shall conduct initial and sustainment training; fielding and training teams to support fielding of new systems which shall include technical and functional user training to personnel to increase administrator and operator proficiency and functionality of the program; and conduct site and assistance visits upon request. The contractor shall develop an on-line means for peer-to-peer counseling and for users to provide input pertaining to data analysis, system development, and basic operation of the program. Centralized management of all trouble tickets, help desk requests for functional and technical support, and user feedback or change requests shall be posted and tracked in an automated Help Desk Software. The contractor shall prepare and follow SOP for the centralized Help Desk support. The contractor shall provide technical support for the Help Desk software, including user interface changes, workflow changes, report changes, and interfaces with SRPWeb Portal. 5.7 Range Operations 5.7.1 The contractor shall provide range operations including management, coordination, and integration of all aspects of internal functions and range staff, as well as coordination and integration of external functions of installation management at the Garrison Staff and Command levels. Support includes the procedures and means by which Army range infrastructure is managed, operated, and maintained. This support is provided in a dynamic environment of changing Federal budget priorities, Army strategies and doctrine, readiness and deployment postures, Federal laws and regulations, DoD and Army policies and standards, and Army TSS-E priorities. The contractor shall provide SRP support that complies with all relevant Federal, DoD and Army laws, regulations and policies and is responsive to this dynamic environment, and ensures tasks are completed in a manner a scope and schedule that meets live training goals. Several areas of range operations functions are dynamic and are impacted by temporal variables that cannot be determined in advance. Use of this contract is discretionary; not mandatory. 5.7.2 The contractor shall plan, manage, and operate range control centers/complexes. The contractor shall conduct planning tasks which include/support the development of the Range plans. The plan shall include the integration of range considerations into other installation plans such as the Real Property Master Plan and Utilities Plan, Environment Management Plans,

Page 46: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 46 of 146

Integrated Natural Resource Management Plans (INRMP), Army Compatible Use Buffer (ACUB) proposals, Force Modernization/Force Integration studies and business process reviews. Range planning shall include the use of GIS tools to enhance integrated planning; staffing and coordination with the Installation Planning Board (IPB) consisting of the range manager, ITAM coordinator, GIS staff, Director of Public Works (DPW) staff, environmental staff, range safety office staff (for Surface Danger Zone (SDZ) analysis), Directorate of Information Management (DOIM) staff (for range communications) and others, as required. The contractor shall conduct range inspections in accordance with AR 385-63, DA PAM 385-63 and AR 350-19 and local policy to assess the functionality and status of a range as part of the real property inventory ; monitor the tracking of critical range issues which relate to trends in maintainability, sustainability, and availability; maintain a tracking mechanism of those existing ranges which require upgrade in facilities infrastructure or target/software/equipment infrastructure and assessing status for upgrade as required as part of the Range Development Plan (RDP); and ensure liaison with outside agencies as appropriate to each installation SOP to coordinate for assistance and technical information. 5.7.3 The contractor shall ensure control of range and maneuver training operations and access to range/maneuver training area by preparing range issue log/sign-in per SOP; operate fire desk for ranges/training areas/training facilities in accordance with Range Control SOP/Policy; initiate and conduct preparation phase radio check with training unit in accordance with Range Control policy; contact fire fighters to suppress fires on the range/training areas; contact and assist Medical Evacuation (MEDEVAC)/local emergency services in case of medical emergency; execute airspace management to include Notice to Airmen (NOTAM) preparation and distribution status sheets; conduct on-site range and safety briefings for units in accordance with AR 385-63 and local range policies. These actions are inherently iterative, and require frequent coordination, reviews, and coordination/approvals with other offices. Many range operations actions, particularly those related to integration/support of mission needs into support and planning, are subject to local timelines and processes. 5.7.4 The contractor shall prepare the firing range/training area/training facility for the training user in accordance with Range Control SOP/policy; conduct clearance inspection of range/training area/training facility and receives range book and all hand receipted items from user; provide Explosive Ordnance Disposal (EOD) surface and subsurface clearance services on various project sites over a wide range of terrain types; scheduling and conducting sweep for unexploded ordnance, and detonation of unexploded ordnance; establish/coordinate education programs related to munitions, impact areas, and Unexploded Ordnance (UXO) in accordance with policy/procedures and the installation SRP Outreach Program. These actions are inherently iterative, and require frequent coordination, reviews, and coordination/approvals with other offices. Many range operations actions, particularly those related to integration/support of mission needs into support and planning, are subject to local timelines and processes. 5.7.5 Range Operations/Systems. The Contractor shall conduct range scheduling and range operations and operate range systems. Task standards will be detailed in individual task orders. Typical taskings are:

• Scheduling/synchronizing ranges and training land;

Page 47: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 47 of 146

• Providing or obtaining Range safety validation/approval; • Compiling range ammunition expenditure reports and submission of annual reports; • Verifying and comparing training scenarios submitted from the training unit to the target

array; • Target fabrication to include wood, cloth, and paper targetry; • Target maintenance operations; • Setting up targets to include loading the threat kill simulator, clean out pits, check hit

sensor, test target mechanism, thermal red target, erect instructional signs; • Setting up of moving targets; • Setting up of stationary targets; • Programming the computer for training scenario target sequence; • Testing and verifying training scenario target sequence for use; assemble and check the

After Action Review (AAR) equipment (video and communications equipment) for functionality;

• Organizing equipment, prepare hand receipt and issue equipment to training units; and • Operating automated range system to release sequence of targets; and, operate automated

small arms ranges.

5.7.6 Range Safety. Range safety is an element of the Army Safety Program (ASP). The Office of the Director of Army Safety develops policies and guidance to ensure the safe operation of Army firing ranges. The Army Safety Office (ASO) manages and directs the Army Range Safety Program. The contractor shall conduct range safety operations. 5.7.6.1 The contractor shall develop, coordinate, and provide oversight and program management for range and explosives safety on Army ranges; direct and enforce safety management controls pertaining to training on the range complex; develop and execute programs to enhance safe, realistic live-fire training enabling the Army to train as it fights; support the program to provide standards and procedures for the safe firing of ammunition, demolitions, lasers, guided missiles, and rockets for training. These actions are inherently iterative, and require frequent coordination, reviews, and coordination/approvals with other offices. Many range operations actions, particularly those related to integration/support of mission needs into support and planning, are subject to local timelines and processes. 5.7.6.2 The contractor shall coordinate all live-fire and range safety concerns or issues with the TRADOC Executive Agent for range safety. The contractor shall forward all major safety issues, concerns, or impacts through the appropriate channels. 5.7.6.3 Only designated, trained, and certified individuals can be range officers-in-charge and range safety officers during firing periods. The contractor shall conduct range certification classes and review commanders’ range concepts, overlays and risk assessments for standard and non-standard training; assist in the development commanders’ risk assessment with respect to safety; develop and analyze surface danger zones, and weapons danger zones.

Page 48: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 48 of 146

5.8 Range and Maneuver Area Maintenance and Repair. The contractor shall conduct range maintenance and repair operations. 5.8.1 The contractor shall provide range maintenance by using the Life Cycle Management process for automated/non-automated ranges which are not part of Contractor Logistics Support (CLS) supported ranges (Digital Multi-Purpose Range Complex (DMPRC)), Digital Multi-Purpose Training Range (DMPTR), Battle Area Complex (BAX), Digital Air Ground Integration Range (DAGIR), Combined Arms Collective Training Facility (CACTF), and “shoot house” ranges). These actions are inherently iterative, and require frequent coordination, reviews, and coordination/approvals with other offices. Many range operations actions, particularly those related to integration/support of mission needs into support and planning, are subject to local timelines and processes. 5.8.2 The contractor shall prepare and process range facility repair requests to: refresh fire breaks, grade and remove vegetation; grade road and tank trails, cutting or pruning trees and dozing stumps; establish sub-base with sand; haul and lay gravel; cut ditches; install culverts as required in range areas (does not include road construction); clear range/training area/training facility by mowing, loading, dozing, snow removing; provide dust abatement support by watering, applying chemicals; conduct fire suppression and control by prescribed burns. These actions are inherently iterative, and require frequent coordination, reviews, and coordination/approvals with other offices. Many range operations actions, particularly those related to integration/support of mission needs into support and planning, are subject to local timelines and processes. 5.8.3 The contractor shall dispatch engineering vehicle or equipment for maintenance crew; transport equipment to support training area; maintain sign, fence, buoy, gate and Seibert stakes; construct/fabricate structures for ranges in accordance with real property regulations; construct and repair non-automated target, target boot, lifter, lane and limit of fire markers; inspect range for pre-operational and post-operational serviceability; and test/repair range control communication system. 5.9 Automated Targeting System Operation and Maintenance. The contractor shall operate and maintain automated targeting systems. 5.9.1 The Contractor shall conduct set-up and tear-down of range to include mechanisms; program, test, and verify computers for training scenario target sequence; prepare hand receipt and issue range equipment to training user, to include equipment organization; troubleshoot and repair initial problems with issued equipment; operate automated range system; repair target/component damaged from range operations; prepare requisition/purchase orders for range equipment, parts, and supplies and maintain a repair parts inventory; receive range equipment from the user and conduct inventory to ensure readiness for next training user; provide repair initial problems with GFE including video and communications equipment; operate automated range system to release sequence of targets; extinguish fires; and receive and inspect turn-in of issued items and store equipment after training units depart. These actions are inherently iterative, and require frequent coordination, reviews, and coordination/approvals with

Page 49: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 49 of 146

other offices. Many range operations actions, particularly those related to integration/support of mission needs into support and planning, are subject to local timelines and processes. 5.9.2 The contractor shall inspect all range equipment (e.g., target mechanisms and associated equipment, parts and supplies), grounds (e.g., berms, range course roads), and facilities for damage. The contractor shall repair target silhouettes; purchase range equipment, parts, and supplies; conduct and maintain inventory of range equipment, parts, and supplies to ensure readiness for next training unit; repair target mechanism to include data distribution box; install new equipment to meet upgrade requirements; and repair electrical voltage system on moving and stationary targets. The two statements above are inherently iterative, and require frequent coordination, reviews, and coordination/approvals with other offices. Many range operations actions, particularly those related to integration/support of mission needs into support and planning, are subject to local timelines and processes. 5.10 Range Modernization 5.10.1 The contractor shall provide program support for the Army’s Range Modernization projects; support TRADOC Capability Manager-Ranges (TCM-R) on range modernization and initiatives and coordinate with ACOM’s, Direct Reporting Units (DRU’s), ASSC’s, IMCOM, IMCOM Regions, and installations to develop the Training Range portion of the Assistant Chief of Staff for Installation Management (ACSIM) Future Years Defense Plan (FYDP). Program support will be identified in individual task orders. 5.10.2 Standard Range Designs. The contractor shall assist in the development of standard range designs in accordance with TC 25-8 Training Ranges. The contractor shall coordinate with proponent schools, Army Commands, materiel developers, and other agencies in the development and the design of new ranges to support emerging operational requirements. 5.10.3 Design Reviews. The contractor shall provide support for the Army Range Modernization Program (AMRP) and document in the AMRP. The contractor shall comply with Army standard range designs by participating in design reviews and inspections of construction and installation of targetry and instrumentation. The contractor shall provide a trip report in accordance with TCM-Ranges standards within five (5) working days upon return from or participation in design review conferences, working groups, or program management reviews. After review by TCM-Ranges, the contractor shall post relevant information on the MILCON Dashboard and SRP Range Modernization Shared Drive. The contractor shall notify the SRP Team of any deviations to the standard or of any program risks. 5.10.4 Analysis. The contractor shall provide analysis of construction, instrumentation, environmental, unexploded ordnance, communication, and topographical requirements of a range project planned in coordination with U.S. Army Corps of Engineers (CoE), Mandatory Center of Expertise (MCX), Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Tank Automotive and Armaments Command (TACOM), Information Security Engineering Command (ISEC), IMCOM, Army Commands, and select installations. The Contractor shall assist in the development of the Basis of Estimate Summary (BES) and

Page 50: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 50 of 146

Instrumentation to include cost, performance, and scheduling details of Army range projects. *See Paragraph 5.53 Deliverables 5.10.5 Engineer Drawings. The Contractor shall coordinate with the MCX for the finalization of design drawings. The contractor shall review the initial, intermediate, and 100% SRP MILCON design specifications; recommend planning adjustments; and ensure construction/instrumentation configuration is in accordance with TC 25-8. *See Paragraph 5.53 Deliverables 5.10.6 Project Quality Assurance/Quality Control (QA/QC). The Contractor shall facilitate and conduct detailed inspections of range projects in conjunction with the CoE and material providers in order to identify issues for resolution prior to project completion. Inspections will be used to identify issues for resolution prior to completion of Army range projects consisting of Construction Compliance Inspections (CCI) and Target Interface Inspections (TII). *See Paragraph 5.53 Deliverables 5.10.7 Range Infrastructure and Standards 5.10.7.1 Range Configuration Control Board (RCCB). The contractor shall participate in the RCBB. The contractor shall analyze engineer and technical designs of Army ranges. The contractor shall coordinate with Contemporary Operational Environment (CoE), PEO-STRI, TACOM, Information Security Engineering Command (ISEC), and Aviation & Missile Research Development & Engineering Center (AMRDEC). The contractor shall maintain Configuration Management adjustments for engineering and technical design integration for Army ranges. The contractor shall provide a trip report in accordance with TRADOC Capabilities Manager Reconnaisance (TCM-R) standard within five (5) working days upon return from or participation in a meeting of the RCCB. After review by TCM-Ranges, post relevant information on the Military Construction (MILCON) Dashboard and SRP Range Modernization Shared Drive. SRP Team shall be notified of any deviations to the standard or of any program risks. 5.10.7.2 Inspection Trends. The contractor shall identify and report inspection trends to the Government and assist the Government in the review of Exceptions to Standards submitted by IMCOM. The Contractor shall provide a trip report in accordance with TCM-Ranges standard within five (5) working days upon return. After review by TCM-Ranges, post relevant information on the MILCON Dashboard and SRP Range Modernization Shared Drive. SRP Team shall be notified of any deviations to the standard or program risks. 5.11 The contractor shall coordinate and integrate SRP requirements for Installation Status Report Part I - Infrastructure in accordance with DA-G3 guidance. The contractor shall develop annual inspection standard booklets used by installations by facilitating four (4) working groups annually culminating with an annual AAR at DA ACSIM. The contractor shall facilitate the integration of SRP requirements with DAMO-TRS, TCM Ranges, IMCOM HQ and Regions, and NGB. *See Paragraph 5.53 Deliverables 5.12 Target and Instrumentation Training. The contractor shall provide training expertise on targets and instrumentation to support new and current live-fire range requirements. The Contractor shall provide user representation to the materiel developer of targets and

Page 51: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 51 of 146

instrumentation. The contractor shall provide oversight of compliance with Army standards for installation of targetry and instrumentation before range operates. The contractor shall participate in Testing Integration Work Group (TIWG) and assist in the development of the plan and the schedule for Government Acceptance Tests (GAT) and Test Plan. The contractor shall assist the Government by coordinating data with key governmental agencies to integrate weapons system-specific Live Training Aids, Devices, Simulators, and Simulations (TADSS) including Army vehicle platforms’ (emerging) embedded TADSS. 5.13 Homestation Augmentation and Deployed Live Fire Training Facilities. The contractor shall coordinate with materiel providers and installation commands for augmentation of existing ranges with additional targetry and instrumentation to meet emerging training requirements, to provide greater flexibility or capability, and/or to meet increased throughput requirements. The contractor shall provide live fire training facilities to support deployed forces worldwide; Deployable Range Package (DRP), tailored target packages, Modular Shoothouses (non-MILCON), and Urban Operations Sites (UOS)). 5.14 Contractor Logistics Support (CLS) Program. The contractor shall operate and sustain all Army Homestation Digital Ranges and Urban Operations facilities that are supported by CLS. The contractor shall assist in the validation of requirements for range sustainment; assist HQDA G3 (DAMO-TRS) and Program Manager (PM) OPS with developing and executing the Management Decision Package (MDEP) WCLS. Use of this contract is discretionary, not mandatory. 5.15 Post Fielding Analysis. The contractor shall assess training effectiveness by conducting post fielding analysis per TC 25-8 - Training Ranges. The contractor shall analyze impacts from changes in doctrine to determine new training requirements. The contractor shall identify impacts to the Program Objective Memorandum (POM) and determine suitability of existing facilities and provide recommendations to Proponent Centers and PM’s to eliminate or minimize changes to existing infrastructure. 5.16 Future Army System Of Integrated Targets (FASIT) Combat Development Documents (CDD) Capabilities Development. The contractor shall provide support to TCM-Ranges in the capabilities development process as defined in Chairman of the Joint Chiefs of Staff Instruction (CJCSI 3170.01F) and AR 70-1 – Acquisition Policy. The contractor shall attend Integrated Process Teams (IPT’s) identified by TCM-Ranges and assist TRADOC and the DA on force modernization changes. The contractor shall integrate combat and training development efforts for range systems, assist in the development and update of capability documents, and crosswalk range capability documents to required supporting documents. The contractor shall be responsible for ensuring that requirement documents are in compliance with Army system-of-systems interoperability requirements as stated in other approved capability documents in accordance with the Army Software Blocking Policy as appropriate. The contractor shall identify future Warfighting and training capabilities through multidisciplinary Information and Communication Technology (ICTs). The contractor shall coordinate with the materiel developer. In assisting the Army G3 and TRADOC, the contractor shall be responsible for incorporating, supporting, and providing recommendations to TCM-Ranges. *See Paragraph 5.53 Deliverables

Page 52: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 52 of 146

5.17 SRP Planning Charrettes. The contractor shall develop an annual work plan and support Planning Charrettes as required by the AMRP. In the planning process, the contractor shall conduct functionality and constructability validations to support real property decisions. The contractor shall prepare Planning Charrette Basis of Estimates (BES). The contractor shall support the POM process complying with AR 420-1 Army Facilities Management and DD Form 1391 - Military Construction Project Data and Cost Analysis requirements. *See Paragraph 5.53 Deliverables 5.18 DD Form 1391. The contractor shall prepare, deliver, and transmit, via e-mail (PDF), accurate and timely DD Form 1391’s, BES, and other documents for review to TCM Ranges within fifteen (15) calendar days after planning Charrette. After review/acceptance by TCM Ranges, the approved data shall be posted onto the system by the Contractor. *See Paragraph 5.53 Deliverables 5.19 AMRP–T MILCON Dashboard. The contractor shall post AMRP (legacy system) data via MILCON Dashboard website within fifteen (15) calendar days after event. The contractor shall provide the status of planning for each line item in the MILCON Dashboard for projects/ programs. The contractor shall provide a briefing on program-wide status and updates. The contractor shall provide read-ahead papers and/or briefing packets and attend conferences/meetings as specified in individual task orders. *See Paragraph 5.53 Deliverables 5.20 Integrated Training Area Management (ITAM). The ITAM program maintains the live maneuver training environment to improve training efficiency, Soldier and unit readiness by sustaining realistic training and testing lands through integration of land use requirements with land capability. ITAM support is provided through execution of four integrated components:

• Training Requirements Integration (TRI). Avoid environmental compliance issues with the implementation of the SRP program areas; and incorporating mission requirements into installation plans and programs.

• Land Rehabilitation and Maintenance (LRAM). Conduct land management actions necessary to sustain a safe and realistic live training environment.

• Range and Training Land Assessment (RTLA). Monitor training land conditions to support live training decisions and LRAM requirements.

• Sustainable Range Awareness (SRA). Provide training land users with information on land constraints.

5.20.1 Planning and Management. The ITAM planning process is embedded in the Range Complex Master Plan (RCMP), and establishes and documents links between installation training needs to program goals, objectives, and projects (workplan). The RCMP ITAM information is used to establish installation priorities, coordinate actions and approvals, track execution, and report results. The process allows maximum flexibility for trainers and

Page 53: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 53 of 146

installation staff to adjust schedules and project scope in response to training priority and changing land conditions (i.e. storms or training events). Submitting ITAM program needs within the RCMP follows the annual RCMP review and submittal schedule. As changes in mission or landscape conditions occur, ITAM projects must be updated to reflect changes in scope and/or schedule, and the final projects must accurately reflect the level of work performed. 5.20.1.1 ITAM Plan Development. The contractor shall develop ITAM content for the RCMP according to RCMP guidance and schedule. 5.20.1.2 ITAM Work Plan Development. The contractor shall develop ITAM projects within all four components, as well as SRP GIS projects; the contractor shall submit these projects to the Government for review and approval as part of the RCMP process. 5.20.1.3 ITAM Work Plan execution. The contractor shall submit amendments when needed to work plan projects to reflect mission priorities, training area schedules, and project scope. The project amendments are required when the location, extent, and/or timing of the original project change from the originally submitted project. These changes are due to unforeseen weather conditions/events, changing training schedules/requirements, and the unpredictable locations of maneuver damage requiring repairs. The contractor shall submit project amendments to the Government for review and approval through RCMP. All project amendments are staffed and reviewed/approved through the RCMP process. Completed projects shall include documentation and information defining the actual scope of the final project. 5.20.1.4 ITAM Work Plan reporting. The contractor shall provide an annual report on the effectiveness of the prior year’s work plan; identify accomplishments, issues and shall serve as a guide for future planning operations; and add perspective to the decision making process. The budgetary information shall include documentation of support provided for each Goal/Objective in the plan. 5.20.1.5 Training Requirements Integration (TRI). TRI is the facilitation of installation training mission goals by including environmental compliance requirements, range facilities requirements, and landscape condition requirements in the development of range and training land management decisions, and the coordination of mission needs with garrison facility and environmental plans. These actions are inherently iterative, and require frequent coordination, reviews, and approvals with other Garrison offices. Many TRI actions, particularly those related to integration of mission needs into Garrison plans, are subject to individual installation timelines and processes. 5.21 Support Range and Training Land Decisions. The contractor shall provide decision support to range and training land planning, scheduling, and modernization and maintenance. The contractor shall be knowledgeable of natural and cultural resources issues, environmental compliance issues, State and Federal laws and regulations that must be complied with for land management at the installation, and Army and installation regulations and policies regarding the management of Army training lands. The contractor must be knowledgeable of installation offices responsible for environmental planning, permitting, and reporting. The contractor shall obtain information from appropriate offices regarding the conditions of ranges and training

Page 54: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 54 of 146

lands, and provide recommendations to the installation DPTMS and ITAM offices on potential impacts and permitting requirements of relevant environmental, natural, and cultural resources from the proposed training. The contractor shall attend training briefings, land management coordination meetings, and other range and training land planning and scheduling meetings and provide written and verbal input, as appropriate, on potential issues and recommend changes to range and training land schedules. 5.21.1 Integrate Mission Needs with Installation Plans. The contractor shall integrate the installation training mission needs for ranges and training lands into the plans and programs of other installation offices involved in the management and oversight of land and related natural, cultural, and environmental resources. The contractor shall be knowledgeable of Federal laws regarding integrated planning (e.g., the Sikes Act), natural and cultural resources that impact land management at the installation (e.g., the Endangered Species Act, the Clean Water Act, the Clean Air Act, the National Historic Preservation Act), the Army regulations and polices associated with implementing these legal requirements (e.g., AR 200-1 – Environment Protection and Enhancement), and the installation offices and associated plans required to ensure land management meets legal and regulatory requirements (e.g., the Integrated Natural Resources Management Plan (INRMP), the Integrated Cultural Resources Management Plan, the Integrated Wildland Fire Management Plan, the Forest Management Plan, the Fish and Wildlife Management Plan, the Integrated Pest Management Plan, the Storm Water Management Plan). The contractor shall coordinate with the appropriate installation offices and ensure mission goals and objectives are included in the planning and resourcing of installation land management programs. The contractor shall ensure the RCMP mission goals and objectives are written into the installation INRMP and subordinate plans, and coordination is achieved with the various land management programs associated with these to participate in the development and submittal of work plans necessary to achieve mission needs. The contractor shall ensure the approved annual ITAM work plan is included as an INRMP appendix as required by Army policy. The contractor shall coordinate mission needs with analysis of the INRMP and similar plans to ensure proposed training land management actions are analyzed under and documented through the National Environmental Policy Act process. The contractor shall report to the Directorate of Plans, Training Mobilization and Security (DPTMS) on issues concerning the integration of mission needs into land management plans and work plans. 5.22 LRAM. The LRAM component of ITAM conducts activities to design and execute repair, maintenance, and reconfiguration projects on mission lands. Maintenance projects/activities that are routine land management actions conducted to keep training areas and training area features or assets safe and usable. Maintenance is work required to preserve site conditions so that the site can be used effectively for its designated mission purpose(s). Maintenance is intended to prevent deteriorated conditions that would be more costly to restore. Repair projects/activities that repair damaged training lands and training area assets or features for the purpose of supporting training events. Repair is work required to restore training assets to conditions that permit safe and effective use for the designated mission purpose(s). Repair projects are performed in response to landscape conditions that have significantly changed due to mission use. Reconfiguration projects/activities that change existing landscape conditions to support particular training events. Reconfiguration activities involve expanding and altering existing

Page 55: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 55 of 146

training area features, or creating new training area features. The scope of reconfiguration projects must adhere to the approval and funding limits established by AR 420-1. 5.22.1 LRAM Project Areas. The Contractor shall conduct land management actions within maneuver and training areas and on maneuver, and training area land features that do not have a facilities category codes (CATCD). The Contractor shall conduct LRAM repair projects on live fire ranges and training area facilities for the purpose of repairing tactical movement and maneuver damage. Maneuver and training area land features are as follows:

• Tactical Assembly/Bivouac Sites • Helicopter Landing Zones/Pickup Zones (LZs/PZs) • Artillery Firing Points (AFPs) • Mortar Firing Points (MFPs) • Observation Points (OPs) • Forward Air Refueling Points (FARPs) • Land Navigation Courses (“Land Navigation Course” has its own CATCD but shares the

same Facility Analysis Category (FAC) as Maneuver Area, Light Forces. Funding is not programmed by another MDEP)

• Amphibious Launch Sites • Tactical Use, Movement, and Maneuver Trails

5.22.2 LRAM Project Planning Process. Development, review, and approval of LRAM projects is iterative, requires coordination with multiple installation offices, and in a time frame to ensure execution within available range schedules. Project development and staffing actions shall be conducted in a manner that allows frequent and rapid revisions to accommodate schedules and review time lines of coordinating offices, and ensure execution within the available range schedule. 5.22.3 The Contractor shall coordinate with the DPTMS/Range Control prior to project execution to ensure there are no UXO concerns. Coordination with DPTMS/Range Control shall be maintained through the duration of the project to ensure there are no conflicts with training schedules and that project efforts don’t pose a safety risk to Soldiers training and that training activities don’t pose a safety risk to the contractor. 5.22.4 The Contractor shall coordinate with appropriate DPW offices and agencies to ensure ITAM actions are compliant with applicable federal and state environmental laws, regulations and policies, including the National Environment Policy Act (NEPA), the Clean Water Act, the Endangered Species Act, the National Historic Preservation Act, and the Clean Air Act, prior to project execution. Where and when applicable, the Contractor shall coordinate with DPW to acquire dig permits. The Contractor shall implement state approved Best Management Practices (BMPs) as required, and coordinate such efforts with DPW. When and where required, the Contractor shall ensure Clean Water Act permitting requirements are met National Pollutant Discharge Elimination System (NPDES) and Stormwater Pollution Prevention Plan (SWPPP). If the installation’s DPW is not capable of procuring Clean Water Act permits and overseeing associated permit monitoring requirements in support of LRAM projects. The Contractor shall

Page 56: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 56 of 146

produce detailed LRAM project maps for planning, coordination, and approval purposes with DPW, DPTMS, and Range Control. Maps shall be changed/updated to address questions/concerns arising from coordination and permitting, and as to accurately reflect project scope modifications in meeting required project documentation. Map data shall be gathered in-field when existing data is not at sufficient scale or currency to allow development from Army geospatial databases. Final project maps depicting the scope of the LRAM project are required to be submitted into the ITAM workplan. The Contractor shall be responsible for providing such maps. 5.22.5 LRAM Execution. The Contractor shall conduct LRAM projects. The Contractor shall coordinate the scheduling and execution of LRAM projects with the Government. Schedules and execution of LRAM projects will be approved by the Government based on the availability of training lands and ranges and as weather conditions allows. 5.22.6 Repair. The Contractor shall repair damaged training lands and training area assets or features for the purpose of supporting training events. Repair is work required to restore training assets to conditions that permit safe and effective use for the designated mission purpose(s), and/or avoid environmental compliance issues. Repair projects shall be performed in response to landscape conditions that have significantly changed due to mission use and/or weather events/conditions. The shall modify the scopes of repair projects, schedules, and extents as landscape conditions change due to these factors. 5.22.7 Maintenance. The Contractor shall perform routine land management actions to keep training areas and training area features or assets safe and usable. Maintenance is work required to preserve site conditions so that the site can be used effectively for its designated mission purpose(s). Maintenance shall be conducted to prevent deteriorated conditions. Maintenance projects shall be scoped and scheduled based on average training and weather conditions for the installation. Where heavier training and/or unusual weather patterns create conditions requiring repairs, the Contractor shall modify the project scope, schedule, and extent to ensure safety and avoid environmental compliance issues. 5.22.8 Reconfiguration. The Contractor shall change existing landscape conditions to support particular training events. Reconfiguration activities involve expanding and altering existing training area features, or creating new training area features. The scope of reconfiguration projects shall adhere to the approval and funding limits established by AR 420-1. 5.22.9 Mitigation. The contractor shall perform dust control, archaeological site capping, marking threatened and endangered species, and other appropriate mitigation measures. Such projects shall be conducted in cooperation with the natural resources, cultural resources, and environmental departments located within the DPW. 5.23 Range and Training Land Assessment (RTLA). The RTLA component of ITAM collects and analyzes data on training land conditions to support land management decisions and LRAM project development.

Page 57: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 57 of 146

5.23.1 Assessment Areas. The Contractor shall perform assessments within maneuver and training areas and on maneuver and training area land features that do not have facilities Guide to Real Property Category Codes (CATCD) (assessment areas mirror LRAM project areas identified in paragraph 1.3.1). Assessments shall be conducted on live fire ranges and training area facilities to identify tactical movement and maneuver damage that will generate requirements for LRAM repair. 5.23.2 RTLA Execution. The contractor shall design and conduct RTLA assessments to collect, analyze, and report data and information necessary to support training decisions and LRAM project identification and monitoring. The Contractor shall identify RTLA assessment procedures for review and approval in the RCMP. The schedules for RTLA assessments shall be modified to meet training schedules/availability, and as weather conditions allow. 5.23.3 TRI Assessments. The Contractor shall conduct assessments to support land management decisions. This shall include identifying landscape conditions suitable for installation specific training missions; and providing recommendations on land management strategies required to support unit training tasks. 5.23.4 LRAM Project Support. The Contractor shall conduct assessments to identify and report a need for soil stabilization and/or vegetation management to attain or maintain conditions suitable for training missions; and to monitor the success of LRAM projects/activities and Best Management Practices (BMPs). 5.24 Sustainable Range Awareness (SRA). The Contractor shall develop and distribute educational material to range and training land users to improve awareness of constraints. This shall consist of Soldier Field Cards and related hard copy hand out materials; Unit In-Briefs; Video Products; and digital copies of these items made available for distribution through installation web based resources. The contractor shall define SRA support products and submit through the RCMP for approval. 5.25 SRP Geographic Information Systems (SRP GIS). GIS is the SRP foundational support element and provides geospatial data and applications support to the Range Operations, Range Modernization, and ITAM Programs in accordance with AR 350-19 – Army SRP. The SRP GIS mission is to create, analyze, manage, and distribute authoritative standardized geospatial information, products, and services for the execution of training strategies and missions on U.S. Army ranges and training lands. 5.25.1 SRP GIS Standards and Product Delivery Requirements. The contractor shall develop all cartographic products, geospatial data, and related products, analysis, and services following published DoD, DA, and SRP guidance. The contractor shall deliver training support products in digital file format (e.g. GeoPDF), hard-copy (size and number based on requirements), and Internet/Web Services. Hard-copy MIMs are to be supplied by the Defense Logistics Agency (DLA) and produced/updated by the contractor through the National Geospatial-Intelligence Agency (NGA)/SRP production process documented on SRPWeb. The contractor shall follow the U.S. Army Installation Geospatial Information & Services (IGI&S) Data Proponency,

Page 58: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 58 of 146

Common Installation Picture, and QAP Memorandum, DA SRP Geospatial Data Strategy Memorandum, Army SDSFIE Army Adaptation, associated geospatial data QAPs and guidance. 5.25.2 SRP Geospatial Data Development. The Contractor shall develop, update, manage, report, and maintain the SRP proponent QAPs/Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) Army Adaptation Military Range and Training (MRT) geospatial data layers. The Contractor shall serve as the installation/site(s) Data Steward for all SRP proponent SDSFIE Army Adaptation Military Range and Training (MRT) geospatial data layers per AR 350-19 and AR 115-13. On a quarterly basis, the contractor shall:

• develop and validate geospatial data layers for compliance with the respective QAP • complete QA and/or QC of each geospatial data layer and associated metadata • submit the data to the functional SME for review of completeness and accuracy • submit geospatial data to the IGI&S Manager for review • conduct reviews of QAPs for geospatial data layers under the Data Steward’s

responsibility • submit data to the Army Mapper and the SRP GSC • submit map project files, associated data tables, associated map export files, symbology

files, metadata, briefings, and all associated documentation collected, developed, and maintained in support of SRP GIS and related SRP functions to the SRP GSC

• complete report on IGI&S program measures via the ISR–Services data input module 5.25.3 MIM Development/Sustainment. The Contractor shall develop, maintain, and update MIMs for each installation/site to support mission requirements per the MIM production guidance documentation found on SRPWeb. The contractor shall maintain, develop, and retain a copy of the existing geospatial data associated with each MIM to include the creation of the required geospatial data layers to fill the MIM map extent. The contractor shall update each MIM annually unless changes have not been made to range and training land designations and configurations or to training support infrastructure. 5.25.4 GIS Training. The Contractor shall train all personnel, identified by the DPTMS, or equivalent, in GIS processes and SRP GIS tools. 5.25.5 Range Complex Master Plan (RCMP) Support. The contractor shall develop maps depicting landscape conditions, constraints, alternatives analysis, restrictions, operational overlay, safety/regulatory/stewardship, airspace, and critical infrastructure. 5.26 SRP Support. 5.26.1 Range Operations 5.26.1.1 SRP GIS Training Support Products. The Contractor shall provide training support products in direct assistance to the execution of training strategies and missions on the installations ranges and training lands. The contractor shall develop training support cartographic outputs, geospatial analysis, and geospatial data in meeting the requirements of this

Page 59: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 59 of 146

task. Specific cartographic outputs include, but are not limited to: mission planning maps, training plans, and live-fire shot sheets (with Surface Danger Zones (SDZs), and maneuver area/corridor maps The Contractor shall develop planning maps to overlay training footprints and to assist in identifying suitable ranges and maneuver lands required for scheduling. The Contractor shall develop maps to support the location of specific training tasks within these areas and modifications to these maps addressing refinements to the training plan and/or schedule. The contractor shall prepare maps to address adjustments based on range scheduling or field conditions that impact the scheduled training event(s). 5.26.1.2 Range Operations SRP GIS Support. The Contractor shall prepare geospatial data and analysis to support range operations planning; this shall include danger zones for weapon systems and munitions, and noise contours. The Contractor shall maintain and configure geospatial data to support automated range scheduling. 5.26.2 ITAM SRP GIS Support. The Contractor shall provide maps and analysis for range and training land decisions (TRI), LRAM project site location analysis, land monitoring (RTLA), and training land user awareness (SRA). The Contractor shall provide maps to support ITAM work plan activities. 5.26.3 Range Modernization SRP GIS Support. The Contractor shall gather and create data, and provide analysis for range siting and modernization. The Contractor shall provide support to Range Modernization Planning Charrettes. 5.27 Individual and Small Unit Virtual and Live Simulations Modernization (TCM-Live) 5.27.1 The Contractor shall provide support in the development and maintenance of the Family of Live Training Systems (LT2-FTS) that includes Common Training Instrumentation Architecture (CTIA), Homestation Instrumentation Training Systems (HITS), Tactical Engagement Systems (TES), Joint National Training Capabilities (JNTC), CTC Modernization Programs, OPFOR Training Systems (TS), Exportable Training Capability Instrumentation System (ETC-IS), and Range Instrumentation Programs. 5.27.2 The Contractor shall provide technical, architectural, and systems engineering review and analysis for requirements development and configuration management of the CTIA and the LT2-FTS component product line. 5.27.3 The Contractor operates the HITS or trains units with the HITS system. 5.27.4 The Contractor shall support LT2-FTS project review, validation, testing, fielding and Post Fielding Training Effectiveness Analysis (PFTEA). The contractor shall provide analytical support and documentation of live training requirements and capabilities for LT2-FTS JCIDS requirements determination process. The Contractor shall analyze Army Battle Command Systems (ABCS) for integration requirements into LT2-FTS. *See Paragraph 5.53 Deliverables

Page 60: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 60 of 146

5.27.5 The Contractor shall provide general staff support, analysis, documentation, and recommend prioritizations of Army and Joint training systems integration requirements in support of the JNTC Data Exchange and Instrumentation technical process actions team. 5.28 Combat Training Center (CTC). The CTC Program includes the MC Training Program (MCTP), Ft Leavenworth, KS (formerly known as the Battle Command Training Program), Joint Multinational Readiness Center (JMRC) Germany, including its Exercise Training Center; Joint Readiness Training Center (JRTC), Ft Polk, LA and the National Training Center (NTC) Ft Irwin CA. JMRC, JRTC, and NTC are collectively referred to as the Maneuver CTCs (MCTCs). The MCTP, located at Fort Leavenworth, KS, is the Army’s primary CTC for mission command training using constructive simulations. MCTP supports the ARFORGEN training and mission preparation progression and other Army requirements. MCTP conducts or supports combined arms training that simulate unified land operations in the Operational Environment (OE), at worldwide locations. The MCTP provides training events for the U.S. Army Brigade Combat Teams (BCTs), multifunctional support brigades, functional support brigades, divisions, corps, ASCCs, and Joint Force Land Component Commander (JFLCCs), Joint Task Forces (JTFs), and in accordance with the ARFORGEN readiness model. MCTP provides training in coordination with Joint Staff J7 to commands and/or staffs that are designated to serve as a JTF. The MCTP creates training experiences that enable the Army’s senior mission commanders to develop current, relevant, and campaign-quality, Joint and Expeditionary Mission Command (JEMC) instincts and skills. When needed and resourced, CTC support can include support to the Leader Training Program (LTP) and “in the box” projects to support specific OE conditions or other training capabilities as requested. Global Simulation Capability (GSC) portion of the NSC shall provide specific support required for exercise and event support for the RSC and MCTP in a detailed PWS for a Task Order. 5.29 Leader Training Program (LTP). The purpose of the LTP is to provide pre-rotational training to U.S. Army Brigade Combat Teams (BCTs) using:

• classroom and automated instruction and tactical/technical coaching and advice during development of brigade and battalion operation orders; company/team operations

• Command Sergeant Major’s perspectives of the CTC and the theater of operations • The CTC’s selected computer simulation program Joint Conflict and Tactical Simulation

(JCATS) LTP observations. 5.29.1 The Contractor shall provide the technical support necessary to allow the CTC to execute the LTP using an interactive, event-driven, automated simulation exercise that realistically stresses and develops brigade and/or battalion battle staffs’ ability to prepare, synchronize, and execute the Warfighting Functions (WFF) during the Military Decision Making Process (MDMP). Contractors shall function as instructors, coaches, and actors/role players. 5.29.2 Role Players The Contractor shall provide various role player services (e.g., acting as translators, insurgents, town's people, etc.) to support the training of Army BCTs. The mission of the role players is to provide a civilian, cultural context to the training event and to provide the realistic geographic backdrop within which the BCT operates.

Page 61: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 61 of 146

5.29.2.1 Various categories of role players will be used to support the training of Army BCTs. 5.29.2.2 Foreign Language Speaking (FLS) Role Players. FLS role players are generally personnel who are native or recently residing in the cultural/geographic region portrayed during the training. They are fluent in language and culture and provide the "human terrain" in which the BCT operates. 5.29.2.3 Generic Role Players. Generic Role Players are non-foreign language speaking role players who are able to portray civilian roles within the training that do not require a foreign language capability. They portray personnel distinctly different than the military personnel on the battlefield. 5.29.2.4 Special Skilled Role Players (SSkRP). SSkRP have skills that differentiate them from the first two (2) categories. These skills include role players who can fire weapons and drive military vehicles (Insurgents) and Casualty role players (amputees) who can replicate personnel with traumatic injuries on the battlefield. 5.29.2.5 FLS, Generic, and SSkRP Role Players. The use of FLS, Generic, and SSkRP role players is critical to the realism of the training. Foreign language usage will exercise the training unit's human intelligence assets, complicate the unit's operations, provide a source of intelligence, information, and exercise the unit's procedures for care and treatment of non-English speaking combatants. The role players provide the "human terrain" and cultural context for operations in those areas. This people-centric approach is critical in unit preparation and training. 5.29.2.6 Battlefield Effects Personnel. Battle Effects personnel shall be provided to support the training of Army BCTs. Special effects and makeup personnel who use "Hollywood" type special effects to replicate explosions, rockets, bullet strikes and the effect of traumatic injuries. 5.29.2.7 Pyrotechnicians. The lead Pyrotechnicians requires a minimum of five (5) years experience. All contractor-provided Pyrotechnicians shall possess a current and appropriate federal and state alcohol, tobacco, firearms license or permit necessary to purchase, store, transport and use explosives and pyrotechnic devices. All contractor personnel initiating pyrotechnic devices shall have their pyrotechnics license. 5.29.3 LTP includes a Company/Team Commander Course of Instruction (COI) and a Command Sergeant Major COI. Contractor support shall include providing instruction and tactical/technical advice during development of brigade and battalion operation orders; operating the Government selected computer simulation program to provide the required computer simulation and digital device simulation for training, developing, and entering all weapons and force data; entering Government player staff Blue Force (BLUFOR) and Opposing Force (OPFOR) generated operations; and providing player staff feedback via input to staff AAR’s. The Contractor shall provide training to units on the Army Battle Command Systems (ABCS) using the ABCS suite of computer equipment and software provided by the Government. The Contractor shall provide LTP training at the CTC. LTP shall require an exportable Joint Conflict and Tactical Simulations (JCATS) capability when directed to conduct home station LTP’s.

Page 62: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 62 of 146

5.29.4 The Contractor shall provide Mobile Training Teams (MTT’s) and required technical support to unit locations to conduct training using either an event-driven automated simulation as described above or in a traditional class room setting (in the event that the training site does not have JCATS) to realistically stress and develop brigade and/or battalion battle staff’s ability to prepare for, synchronize, and execute the Warfighter Functions (WFF) during the Military Decision Making Process (MDMP). The MTT intent is to provide instruction to non-BCT units that are deploying to a combat theater of operations. The MTT is comprised of selected LTP coaches. 5.29.5 The Contractor shall prepare and facilitate the presentation of practical application exercises based upon the Government provided scenario that stresses brigade/battalion staffs. These exercises shall include synchronization drills, war gaming techniques, and the use of all doctrinal and unit Standard Operation Procedures (SOP) products using the LTP POI information handbook and SOPs for these exercises. The exercises shall be conducted during LTP rotations. Documentation shall be prepared in a Government approved format for student handouts to support these exercises. *See Paragraph 5.53 Deliverables 5.29.6 Prior to each LTP, the Contractor shall load data to support brigade and battalion Offensive, Defensive or Wide Area Security (WAS) or Combined Arms Maneuver (CAS) operations. Data to be entered shall be stated in individual task orders. 5.29.7 The contractor shall prepare division operations orders for use during the training session and/or the JCATS Command Post Exercise (CPX). Orders will be prepared in accordance with LTP POI. *See Paragraph 5.53 Deliverables 5.29.7.1 The Contractor shall modify friendly force plans based upon emerging scenario events and observe and make (or immediately recommend to the Government) corrections necessary for the efficient execution of the simulation scenario. Throughout the exercise, coach/interactors (C/I) conduct continuous monitoring during MDMP and CPX. As needed, they provide observations to the LTP unit for inclusion into the unit’s training. C/I also provide information to the task lead for incorporation into AAR’s. The Contractor shall prepare a final report to the training unit detailing observations and trend implications. Reporting format(s) will be detailed in each individual task orders. *See Paragraph 5.53 Deliverables 5.29.8 ABCS. The Contractor shall provide training on ABCS applications. 5.29.8.1 The Contractor shall maintain an ABCS help-desk for operations during LTP Rotation. Specific details will be outlined in individual task orders. 5.29.9 Senior Leaders Cultural Training Event. The Contractor shall provide a Senior Leaders’ cultural training event. (Example of past events has been a provincial governor’s dinner. The dinner was to replicate the brigade leadership’s first meeting with the provincial governor, provincial police chief, and other members of the provincial Government). Specific details will be identified in individual task orders.

Page 63: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 63 of 146

5.30 OE Support. The CTCs are critical to the success of the Army’s transition from an Army at War to an Army of Preparation. CTCs must be capable of replicating the complex conditions of an OE in support of Decisive Action (offense, defense, stability operations) training as part of the Army’s core competencies (Combined Arms Maneuver and Wide Area Security Operations). CTCs must also be able to meet the ARFORGEN throughput for units within the reset, ready, and available pools by providing the operational experience, environment, and conditions, which facilitate and enable rotational unit commanders’ readiness assessments. This includes considerations for training support to Regionally Aligned Forces (RAF) training requirements. 5.30.1 The Contractor shall analyze and develop OE requirements, capabilities, and gap assessment documents into a configurative approach that will include broad and comprehensive range of operational environment requirements. 5.30.2 The Contractor shall develop changes or additions to OE concepts, material fielding requirements, and training strategies including Basis of Issue Plan (BOIP), threshold and objective requirements analysis. 5.30.3 The Contractor shall finalize OE live training support requirements in accordance with JCIDS process. The contractor shall recommend courses of action to support the alignment of requirements, prioritization, and/or conduct analysis to adjust requirements. 5.30.4 The Contractor shall prepare and maintain continuity documentation of OE related programs. Examples include OE variables (Economic, Information, Infrastructure, Social, and Weapons). *See Paragraph 5.53 Deliverables 5.30.5 The Contractor shall replicate the capabilities inherent in the OE to enable realism and support continuity from the training area to real world operations such as Leaders and Soldiers requiring immediate, comprehensive, and actionable performance feedback to prepare for deployed elements of a Joint, Interagency, Intergovernmental, Multinational (JIIM) force. *See Paragraph 5.53 Deliverables 5.30.6 The Contractor shall develop and coordinate OE requirement documentation. Coordination shall be performed with the required liaison and each maneuver CTC. *See Paragraph 5.53 Deliverables 5.30.7 The Contractor shall coordinate and provide technical information within TRADOC and other ACOMs, Services, Joint Forces Command (JFCOM), and other agencies on the insights on how other systems may influence or impact the OE. 5.30.8 The Contractor shall attend Integrated Progress Teams (IPTs) and executive council meetings for OE compliance, configuration, management reviews and conferences. The contractor shall be required to prepare briefings and presentations. *See Paragraph 5.53 Deliverables

Page 64: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 64 of 146

5.30.9 Miscellaneous CTC Support. The Contractor shall respond to proposed specific task orders for a variety of CTC support requirements related to providing Subject Matter Experts (SMEs), training devices/capabilities, and “in the box” training capabilities as requested. Specific tasks will be identified in individual task orders. 5.31 Training Mission Training Complex (MTC) Support 5.31.1 Mission Command Training - TSS Warrior Support Program. The Contractor shall assist in submitting plans for mission command training. The contractor shall provide technical support, training support, exercise support and overall program management support at the Army’s large and small installations. This combination of large and small installations is known in the MCTP as the “Hub and Spoke” concept. Specific tasks will be identified in individual task orders. *See Paragraph 5.53 Deliverables 5.31.2 Technical Support. The Contractor shall install, operate, integrate, and troubleshoot MTC training and exercise systems. The contractor shall coordinate with the external organizations to ensure that all networks, communications, data, security, and training and exercise Modeling and Simulations (M&S) are working in accordance with the most current applicable standards. Specific standards and AQL’s will be identified in individual task orders. 5.31.3 The Contractor shall support data and communications links to LVC&G training environments inclusive of networks, communications, MC, and simulations architectures. Communications network support may also require links to joint, coalition, and homeland security agencies. 5.31.4 The Contractor shall assist in the network and communications system accreditation process in coordination with the local installation Directorate of Information Management (DOIM). 5.31.5 The Contractor shall designate and meet all requirements for the Certification of Systems Administrators (SA) as required by the local installation DOIM. 5.31.6 The Contractor shall establish and maintain training and exercise networks for both Local Area Network (LAN) and Wide Area Network (WAN). 5.31.7 The Contractor shall reconfigure training spaces (classrooms, reconfigurable tactical operation centers, work cells, and other spaces shall be identified in individual task orders. 5.31.8 The Contractor shall operate both the LAN and WAN within their defined area as identified in individual task orders. 5.31.9 The Contractor shall provide information system administration and systems management of all MTC facilities as identified in individual task orders. 5.31.10 The Contractor shall provide maintenance support on hardware systems, networks, and software products.

Page 65: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 65 of 146

5.31.11 The Contractor shall establish, maintain, and operate internet cafés in support of MTC activities. 5.31.12 The Contractor shall assist DOIM-certified personnel in system management functions that affect the MTC. Functions may include installing software, managing user accounts, constructing communication files, conducting and archiving backup files, recovery, maintaining the technical library, securing operation and storage of encryption devices, and tuning systems parameters for optimal functioning. 5.31.13 The Contractor shall install, configure, and troubleshoot MC hardware and software and shall design and execute MC architectures in support of training and exercise objectives. 5.31.14 The Contractor shall maintain, operate, and improve existing networks and systems necessary for distributed training between the MTC and satellite locations. 5.31.15 The Contractor shall maintain coordination with proponents of new systems for information on availability of use, participation in Beta testing, and provision of recommendations prior to fielding. 5.31.16 The Contractor shall develop and maintain new pages/changes for the MTC website as required by the Government. *See Paragraph 5.53 Deliverables 5.31.17 The Contractor shall maintain and update the schedule for all MTC facilities and activities, creating entries for classes, exercises, and other events. 5.31.18 The Contractor shall develop and recommend to the Government the simulation models and architecture necessary to support the unit commander’s training objectives as identified in individual task orders. *See Paragraph 5.53 Deliverables 5.31.19 The Contractor shall provide an annual plan to the Government for maintaining proficiency in new simulations, techniques and technologies. *See Paragraph 5.53 Deliverables 5.31.20 The Contractor shall monitor and record exercise progress, conduct non-intrusive quality assurance, collect data for post-exercise analysis, and record check points at specified intervals to serve as exercise backup and historical documentation. The Contractor shall store and maintain the documentation and data sets of past exercises for one (1) year from exercise end date. *See Paragraph 5.53 Deliverables 5.31.21 The Contractor shall develop a Technical AAR Plan outlining the data collection necessary to provide exercise analysis and recommendations for future exercises and submit within the timeframe as identified in each individual task orders. This plan will cover networks and communications architecture, systems architecture, facility and property management, security issues, use of simulations, and other related topics as defined by the Government. *See Paragraph 5.53 Deliverables

Page 66: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 66 of 146

5.31.22 The Contractor shall prepare Technical Information Reports (TIR’s) and other reports as defined by the Government for submission to the appropriate M&S proponent as identified in each individual task orders. *See Paragraph 5.53 Deliverables 5.31.23 The Contractor shall identify, integrate, and operate non-fielded simulation models into a federation of systems to support a variety of training events (when such models are available on-site). (Examples include: Joint Forces Command Joint Live, Virtual & Constructive (JFCOM's JLVC); version of Entity Resolution Federation (ERF) (same tools but typically a version or two beyond the JLCCTC ERFs) used only in JFCOM-run Unified Endeavors; JFCOM's JMEX-NS, EPG's C3 Driver, UrbanSim (Army virtual gaming), FS-LOD, SIMAJIN, etc.) 5.31.24 The Contractor shall design, develop, and test all simulation databases in support of exercises and training as identified in individual task orders. The contractor shall complete simulation databases no later than thirty (30) days prior to event execution unless otherwise directed by the Government for joint review by the MTC Government staff, the Exercise Director, and the contractor. *See Paragraph 5.53 Deliverables 5.31.25 The Contractor shall conduct database verification with the unit scheduled for the exercise no later than thirty (30) days prior to the exercise to ensure the operations, capabilities, and limitations of the simulation system are defined. 5.31.26 The Contractor shall conduct an internal operational readiness test of representative simulation models and MC systems to demonstrate training/exercise performance and repair all discovered deficiencies prior to exercise start. 5.32 Training Support 5.32.1 The Contractor shall provide training support at the Installation Center (Hub) and other smaller installations (Spokes). Training support is defined as activities directly or indirectly related to individual, leader, and collective training and training development on Mission Command systems and other MC systems. This consists of individual operator sustainment training, unit staff drills, functional command post and integrated command post training events and exercises. It also may include practical exercises within the framework of individual training, small group instruction in support of battle staff integration and operation, Mission Rehearsal Exercises (MRX), large-scale exercises for brigade-level and above in joint and combined environments. 5.32.2 The Contractor shall provide MC systems & MC training either through on-site instructors or through the use of the Hub’s MTT’s. Current specific BC systems and MC training requirements will be identified in each individual task order. A listing of current systems is as follows:

• Force XXI Battle Command Brigade and Below (FBCB2) + Blue Force Tracker (BFT). • All Source Analysis System (ASAS) + Intel Fusion Workstation. • Distributed Common Ground System-Army (DCGS-A).

Page 67: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 67 of 146

• Automated Deep Operations Coordination System (ADOCS). • Advanced Field Artillery Tactical Data System (AFATDS). • Air and Missile Defense Planning and Control System (AMDPCS). • Mission Command Sustainment Support System (MCS3). • Tactical Battle Command Client (TBC). • Aviation Mission Planning System (AMPS). • Tactical Airspace Integration \System (TAIS). • Tactical Mission Command (TMC) Gateway. • Other systems as they evolve and are identified for integration. • Battle Command Common Services (BCCS-Server Suite/Stack) • Global Combat Support System-Army (GCCS-A) • Air Defense Systems Integrator (ADSI)

5.32.3 The Contractor shall enter contractor-developed, Government accepted, new courses and revisions in Automated Systems Approach to Training (ASAT). 5.32.4 The Contractor shall provide MTTs in support of collective and individual MC training. The contractor shall conduct and evaluate training by the MTTs in accordance with applicable ARs, TRADOC approved POIs, and unit SOPs. MTTs shall conduct instruction to the Hub and Spoke installations for individual training. MTTs may also provide technical integration and engineering of training and exercise networks. MTTs shall be established as required to reinforce Spokes’ staffs during major collective events. 5.32.5 The Contractor shall maintain a master calendar via the MTC website showing all individual and collective training events and exercises for units. 5.32.6 The Contractor shall provide course management. The contractor shall develop and publish a schedule of available courses using the Army Unit Training Management System (UTMS). The contractor shall be responsible for enrollment operations. *See Paragraph 5.53 Deliverables 5.32.7 The Contractor shall provide metrics for assessments. The Contractor shall document data from manning, training, and equipping exercise activities that allows Commanders to make Mission Command Weapon Systems (MCAWS) assessments. *See Paragraph 5.53 Deliverables 5.33 Exercise Support 5.33.1 The Contractor shall provide observer, controller, and trainer support for LVC&G training using analog or digital command and control systems and communication devices. 5.33.2 The Contractor shall provide services during special training events such as MRXs), MCTP, Warfighter Exercises (WRXs), and emergencies when coordination has been made with and approved by the Contracting Officer, COR, or the OSCOR. During periods of exercise support or operational contingencies, normal hours of operation may be extended for up to

Page 68: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 68 of 146

twenty-four (24) hours a day, seven (7) days a week. The Contractor may have to augment normal duty hour personnel in order to support requirements during extended schedule operations. 5.33.3 The contractor shall verify with the MTC Director that forces in the simulation are properly positioned/located to achieve the “start exercise” condition and then save the start exercise condition as the place to begin the simulation for the exercise. 5.33.4 The contractor shall participate in Testing Integration Work Groups (TIWG), planning conferences, site surveys, and other meetings as required by the Government as part of exercise preparation and executions. 5.33.5 The contractor shall prepare and update, at least annually, an “Exercise Planning Guide” to assist in the units in planning for this training. Topics addressed in the Guide will include items such as TIWG’s, exercise design, LVC&G integration, network and communications requirements, milestones, and timelines. *See Paragraph 5.53 Deliverables 5.33.6 The contractor shall facilitate unit AARs for on-site or remote training and exercises. 5.34 Program Management. The contractor shall conduct program management for MTC operations. The Government does not pay for development of software. The contractor shall provide a real time web-based Management Information System (MIS) to collect, store, and manage operations, maintenance, supply, and inventory data to serve the Governments’ need for access, manipulation, and review of data and reports. The data shall be provided in a format compatible with the Government’s standard software suite. The contractor shall always provide current and accurate data to the Government. MIS data shall be accessed by device, program, and location. The contractor shall provide training on the operation and use of MIS. The contractor shall establish a disaster recovery process to ensure that the appropriate information systems and data are available when needed after a disaster. The MIS shall be fully accessible twenty-four (24) hours per day, seven (7) days a week. The MIS data shall be updated at the close of each business day. Specific elements will be identified in individual task orders. 5.34.1 Very Important Person (VIP) Briefings and Tours. The contractor shall assist the MTC staff in providing tours, briefings on facilities, and demonstrating capabilities of various models and simulations (M&S) for Government-designated officials, groups, and individuals. Tours include facility walk-through, narration, equipment demonstration, and current exercise status. 5.35 LVC-IA Support 5.35.1 The contractor shall perform the Exercise Control (EXCON) capability. The contractor shall perform/provide support for the overall TCM- Integrated Training Environment (ITE) exercise execution. 5.35.2 The contractor shall develop and provide briefing/presentation for each supported exercise as required by TCM ITE.

Page 69: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 69 of 146

5.35.3 The Contractor shall develop and provide Exercise Support Schedules for each supported exercise as required by TCM ITE. 5.35.4 The Contractor shall develop and provide Exercise Technical Summary Report for each supported exercise as required by TCM ITE. 5.35.5 The Contractor shall develop and provide Inventory of Take Home Package Provided to Training Unit for each supported exercise as required by TCM ITE. 5.35.6 The Contractor shall develop and provide written records to include meetings, conference, and working groups for each supported exercise as required by TCM ITE. 5.35.7 The Contractor shall operate the classified LVC-IA backbone. 5.35.8 The Contractor shall operate the Command, Control, Communication, Computers and Intelligence (C4I)/Simulation (SIM) gateway. 5.35.9 The Contractor shall operate the Common Training Instrumentation Architecture (CTIA)/High Level Architecture (HLA) gateway. 5.35.10 The Contractor shall operate the Distributed Interactive Simulation (DIS) Signal Collector. 5.35.11 The Contractor shall operate the Enterprise After Action Review (EAAR) Analyst Workstation. 5.35.12 The Contractor shall operate the EAAR capability. 5.35.13 The Contractor shall operate the HLA/HLA gateway. 5.35.14 The Contractor shall operate the Internet Web Portal. 5.35.15 The Contractor shall operate the LVC-IA Cross Domain Solution (CDS). 5.35.16 The Contractor shall operate the SIM Data Collector system. 5.35.17 The Contractor shall operate the unclassified LVC-IA backbone. 5.35.18 The Contractor shall operate the Virtual Distributed Interactive Simulation (VDIS) / HLA gateway. 5.35.19 The Contractor shall provide support for the overall ITE exercise preparation. 5.35.20 The Contractor shall provide support to other exercises, training events, and planning as required by TCM ITE.

Page 70: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 70 of 146

5.35.21 The Contractor shall operate the LVC-IA Scenario Developer system. 5.35.22 The Contractor shall serve as a systems administrator or network administrator as required by TCM ITE. 5.36 MILES Install/De-Install 5.36.1 The Contractor shall install the appropriate Multiple Integration Laser Engagement System (MILES)/Tactical Engagement Simulation System (TESS) Systems in and on vehicles, equipment and soldiers for MILES Force on Force training The Contractor shall possess the subject matter expertise required in handling, installing, de-installing, maintenance, storage, accountability and serviceability of all MILES equipment and sub-components. Contractors shall provide technical support to participants of each exercise. Contractors shall ensure tracking and instrumentation is verified with assigned Training Area Facility (TAF) prior to system leaving install point. 5.36.2 The Contractor shall provide Maintenance Support Teams (MST) consisting of fourteen (14) teams covering two shifts during RSOI-4 to TD14. These teams shall provide component and battery exchange with trouble-shooting at the crew/10 operator level. 5.36.3 The Contractor shall De-Install and conduct QA on all MILES/TESS during the Regeneration phase. The contractor shall account for, and turn in, all damaged equipment to repair to the appropriate maintenance facility/organization 5.37 Soldier Training Support. 5.37.1 Training Support Centers (TSC). The Contractor shall provide TSC operations based on requirements identified and approved by Training Support System Enterprise Governance process. The specific operations of the installations’ centers will be identified in individual task orders. 5.37.2 TSC Modernization. The contractor shall support requirements identified in Common Level Support (CLS) 905 in accordance with AR 350-38 Training Device Policies and Management. Specific requirements will be identified in the individual task orders. (A0008) 5.38 Soldier Training Support Program (STSP) Management. 5.38.1 The Contractor shall provide recommendations to modernize virtual and live simulations for individual and small unit processes and products as identified in the individual task orders. 5.38.2 The Contractor shall assist in the program oversight of TADSS requirements review for the STSP mission. 5.38.3 The Contractor shall assist in the coordination, facilitation, and execution of various reviews such as the Performance Management Review (PMR), Training Support System Review

Page 71: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 71 of 146

(TSSR), Army Modernization Review (AMR), and Mission Essential Requirements (MER) review. 5.38.4 The Contractor shall raise issues and success stories of current and emerging TADSS; coordinate and facilitate a review format to have the designated PMs, TRADOC Capability Managers (TCMs), Combat Developers (CDs), and Training Developers; brief the senior leadership and Army Staff on TADSS program status and issues that provide proponent leadership with an update on PMR/TSSR/AMR/MER issues captured during PMR/TSSR/MERs; establish the way ahead for future PMR/TSSR/AMR/MERs; and solidifying key planning milestone dates for future PMR/ TSSR/AMR/MERs. 5.38.5 The Contractor shall conduct analysis, design and development of training support system architectures to support research and acquisition. The contractor shall facilitate integration and synchronization of support system requirements for Command, Control, Communications, Computers, Intelligence Surveillance and Reconnaissance (C4ISR). The contractor shall ensure Objective Force (OF) Training and Leader Development Architecture parallel development with FCS Training Architecture development and the Embedded Training Architecture. The contractor shall ensure all training and training support architecture and M&S issues generated from these Councils of Colonels and Training Support Executive Council are synchronized and coordinated with the Army’s TSS, Army Campaign Plan (ACP), and other Army training support goals and objectives. The contractor shall advise/assist other ATSC directorates and the TRADOC and HQDA staffs in the implementation of guidance and directives and the resolution of issues resulting from the Councils of Colonels. *See Paragraph 5.53 Deliverables 5.38.6 TADSS Coordination and Integration. TADSS include CTC and training range instrumentation subject to the public laws and regulatory guidance governing the acquisition of materiel. TADSS are categorized as System Training Devices (STDs) designed for use with a specific system which shall be designed/configured to support individual, crew, collective, or combined arms training tasks that may be stand-alone, embedded, or appended and Non-system Training Devices (NSTDs) designed to support general military training and non-system-specific training requirements. 5.38.7 The Contractor shall assist in the development of TADSS requirements documentation using the Initial Capabilities Document (ICD). The Contractor shall coordinate the ICD with the TRADOC staff, ACOMs, and other agencies as required. The contractor shall make recommendations to the Government on the Acquisition Category (ACAT) level, review documents, and forward documents for approval. 5.38.8 The Contractor shall generate Capability Development Documents/Capability Production Documents (CDD/CPD). The contractor shall coordinate with proponents to identify all system training products including TADSS and other training subsystems requirements in the systems CDD/CPD as described in TRADOC PAM 71-9 – Requirements Documentation. *See Paragraph 5.53 Deliverables

Page 72: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 72 of 146

5.38.9 The Contractor shall document Milestone III in the process in a stand-alone CDD/CPD developed and approved in accordance with AR 350-38. The Contractor shall coordinate with proponents and initiate a CDD/CPD based upon an approved Initial Capabilities Document (ICD) or when studies have validated the requirement to support program initiation for Non-system TADSS. 5.38.10 The Contractor shall assist in program management functions for the System Training Plan (STRAP) Writing Tool. The SWT is the only IT system in the Army used to staff Army STRAPs and critical to the support of the Army Transformation. The Contractor shall develop, train, field and assist in administering the SWT software and hardware requirements. The Contractor shall manage the development of the SWT software through the Life Cycle Model to ensure SWT is developed for operability in accordance with DA and TRADOC requirements. 5.38.11 Hardware/Software Support. The SWT is a Government furnished system. The contractor shall assist in providing IT hardware/software support for the SWT system. SWT is a web-based application that integrates and processes new training plans. The CoEs shall conduct final staffing to review materiel system (stand-alone) and non-system TADSS ICD, CDD, and CPD. CoE documents shall be approved by the COR and/or the OSCOR. *See Paragraph 5.53 Deliverables 5.38.12 Product Support. The contractor shall assist in providing program management for the Training Support-Materiel Army-wide Tracking System (TS-MATS). The Contractor shall provide webification of the TS-MATS project, TRADOC PAM 350-9 - Training Devices for Army-wide Use update, and TS-MATS strategy analysis. The Contractor shall provide IT services of the TS-MATS on the Army Knowledge Online (AKO) Knowledge Center. The contractor shall coordinate with DoD agencies, MACOMS, and HQ staffs; prepare correspondence, system documentation, briefs, studies, and reports; provide system Life Cycle Management (LCM); attend and participate in meetings, conferences, and workshops on hardware/software technologies, Contractor Installation Manager (CIM), Army Information Technology Registry (AITR) system, automated system design/development and data sharing/integration at the ACOM, DA, and DoD level; responsible for content of the TS-MATS web page; identify requirements for various hardware/software; and evaluate/recommend system scanner hardware for upgrades. *See Paragraph 5.53 Deliverables 5.38.13 Hardware/Software Support. The Contractor shall provide IT hardware/software support for the TS-MATS system. TS-MATS is a web-based application conversion of the DOS-based, stand-alone Materiel Army-wide Tracking Systems (MATS). The system has multiple roles for all trainers, managers, and maintainers. Information access and capabilities is based on the "need to know" of each user role. The Contractor shall coordinate with DA, ACOM’s, and HQ staffs on matters pertaining to the TS-MATS; define and formulate Management Information Requirements (MIR) of DA, ACOMs, and HQ staffs; create and execute system fielding plans; conduct analysis of Engineering Change Proposals (ECP’s); assist in the development of requirements documents and supporting products; provide system life cycle support in accordance with DoD, DA, TRADOC, and ATSC directives and publications; update various Army and DoD Automated Information System (AIS) databases (i.e. AITR; provide system hardware/software troubleshooting support; manage the System

Page 73: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 73 of 146

Improvement Memorandum (SIM) program; provide oversight of database conversions; provide oversight of and assistance to operations staff; assist in the development and execution of systematic approach for TADSS accountability; create/manage the TS-MATS Army Knowledge On-line (AKO) Knowledge Center (KC); provide TADSS availability data to training enablers and deployed/deploying forces in support of Operation Iraqi Freedom (OIF) and Global War on Terror (GWOT); complete and update the TRADOC PAM 350-9 publication and the TS-MATS strategy analysis. 5.39. Reserved. 5.40 Training Development Support 5.40.1 Combat Development Training Capability. The Contractor shall provide support in the combat development process of training capabilities providing the Army with state-of-the-art simulations and simulators to support training events and military operations creating an integrated LVC&G training environment that will provide the most realistic and effective training conditions possible. All reports, presentations, briefings, analyses, recommendations, and other required documentation shall be delivered to the Government in accordance with Government-provided templates and examples. Deliverables shall include JCIDS analyses, Joint Capabilities documents, system training plans (STRAP’s), demonstrations of training simulations, fielding, and basis of issue plans and MER. deleted "in accordance with Appendix 1. Contractor support shall encompass National Simulations Center (NSC) Combat Development requirements of training capabilities to include models and simulation development, testing, and operation; configuration management to include Verification and Validation (V&V); data collection and analysis of field operations, simulation tests, demonstrations of training capabilities, and exercises and events; database development and management to include terrain database development; scenario operations gaming and analysis; information management and cybersecurity support; computer programming and operations; testing computer programs to include new functionality versions of current software models and any changes in graphics capability for simulation models; training with simulations; intelligence system operations; systems engineering and analysis; mission analysis, training analysis and development, system concept analysis, functional evaluation of simulations; event support for ongoing tests, experiments, and exercises; cost effectiveness evaluation and trade-off analysis; risk assessment and requirements document generation. Support shall be in accordance with prescribed DoD, DA, and TRADOC directives and regulations (Chairman of the Joint Chiefs of Staff Manual [CJCSM] 3170.01C - Operation of the Joint Capabilities Integration and Development System, Chairman of the Joint Chiefs of Staff Instruction [CJCSI] 3170.01F, Joint Capabilities Integration and Development System, DoD Directive 5000.1, The Defense Acquisition System, DoD Directive 50001.2, Operation of the Defense Acquisition, Joint Requirements Oversight Council Administrative Guide, AR 70-1, Army Acquisition Policy, Army Warfighting Capabilities Interim Implementation Guidance, dated 28 Sep 07 (serves as interim policy guidance pending the update of AR 71-9, Materiel Requirements), AR 350-38, Training Device Policies and Management, TRADOC Regulation 10-5-4, United States Army Combined Arms Center, TRADOC Regulation 71-12, TRADOC System Management, TRADOC Regulation 71-20 - Concept Development, Experimentation and, Requirements Determination, and TRADOC

Page 74: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 74 of 146

Regulation 350-70, Systems Approach to Training Management, Processes, and Products. *See Paragraph 5.53 Deliverables 5.40.2 Concept Refinement Process. The Contractor shall provide support in refining the initial concept in regards to training capabilities and to assist in the development of the technology development strategy. 5.40.3 The Contractor shall participate in scheduled weekly, monthly, quarterly and semi-annual meetings, studies, tests, requirements determination and integrated concept and/or process teams in support of both Army and Joint Events and Army experiments. As attendees/participants, the contractor shall provide consolidated meeting notes, test reports, or JCIDS documents within five (5) working days of the event. *See Paragraph 5.53 Deliverables 5.40.4 The Contractor shall develop training doctrine and documentation, in accordance with JCIDS, that relate to STRAP, Simulation POI, TSP, and NSC developed software user manuals. Documentation shall be delivered to the Government on a DA Comments Resolution Matrix. *See Paragraph 5.53 Deliverables 5.40.5 The Contractor shall provide analytical comments for combat development on vehicle platforms for incorporation into manuals and publications. The vehicle platforms are exercised through Joint Operations in the LVC&G simulations and simulation environments in combined or joint task force exercises, mission planning events, or MRX. Documentation shall be delivered to the Government on a DA Comments Resolution Matrix. *See Paragraph 5.53 Deliverables 5.40.6 The Contractor shall research and evaluate Commercial Off the Shelf (COTS)/ Government Off The Shelf (GOTS) gaming initiatives/ applications for use within the LVC training environment. Documentation shall be delivered to the Government on a NSC Futures Tasking Worksheet. *See Paragraph 5.53 Deliverables 5.40.7 Using JCIDS process, the contractor shall prepare reports that focus on Systems Engineering of current ARFORGEN and Future Force simulation/simulation requirements, experiments, and MC interfaces into the LVC ITE. Documentation shall be submitted on a NSC Futures Tasking Worksheet. *See Paragraph 5.53 Deliverables 5.40.8 Software Requirements Analysis. The Contractor shall provide Software Requirements Analysis support from the development of software requirements through the Requirements Control Board (RCB) and the final Validation of Software in accordance with NSC SOP and AR 5-11. *See Paragraph 5.53 Deliverables 5.40.9 The Contractor support shall include planning, preparing, and executing the RCB; preparing material for, taking notes during, and keeping an audit trail in the Configuration Control Board (CCB) and design reviews in accordance with NSC SOP and AR 5-11. The Contractor shall deliver a draft listing of the user-generated requirements, including a record of voting, to the Combat Developer (CD) lead no later than ten (10) working days after the meeting.

Page 75: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 75 of 146

The contractor shall deliver a final listing five (5) working days after receiving comments from the Government. *See Paragraph 5.53 Deliverables 5.40.10 New Model Support. The Contractor shall provide system-level and military analytical support for new simulation/federation development for Multi-Resolution Federation (MRF), One Simulated Armed Forces (OneSAF), and Joint Non-kinetic Effects Model (JNEM), Entity Resolution Federation (ERF), and Army Low Overhead Training Toolkit (ALOTT). All products related to the required support shall meet standards in accordance with NSC SOP and AR 5-11. 5.40.11 Capability Development Process. The Contractor shall support the Government’s effort to determine appropriate sets of technologies to integrate into training systems. In this phase of the process, the Contractor shall conduct analysis that identifies proven technologies that are capable of delivering a cost-effective training capability. 5.41 The Contractor shall conduct and document V&V of gaming, simulations, simulation tools, and integration software (COTS/GOTS) proposed for the LVC federation to ensure technical, functional, and operational conformity in accordance with AR 5-11. *See Paragraph 5.53 Deliverables 5.41.1 The Contractor shall submit V&V documentation in accordance with the NSC Futures Task Worksheet. The Government estimates V&V’s will be conducted at CONUS and OCONUS locations on an annual basis. The duration will not be longer than ten (10) working days. *See Paragraph 5.53 Deliverables 5.41.2 The Contractor shall plan and conduct, in accordance with GFI, LVC Spiral Development Exercises (SPIREX) at CONUS and OCONUS locations annually in support of the NSC Future Force simulation development, and JCIDS process for the Integrated Training Environment (ITE). The Government estimates that the SPIREX will not exceed more than twenty (20) working days at both CONUS and OCONUS locations. The contractor shall deliver JCIDS documentation and exercise/scenario design documentation in accordance with the SK Worksheet. *See Paragraph 5.53 Deliverables 5.41.3 The Contractor shall conduct Systems Engineering to develop, validate, and verify LVC capabilities and tools, COTS/GOTS gaming products and tools, and life cycle modernization of gaming and LVC tools. The contractor shall write code, check functionality and fidelity of software, prototype LVC Tools, integrate COTS & GOTS gaming applications into other simulations and MC systems for prototypes or software tools using GFI historical standards. *See Paragraph 5.53 Deliverables 5.42 NSC LVC Lab. The contractor shall support the Government’s effort to determine appropriate technologies to integrate into training systems using the LVC Lab. 5.42.1 The Contractor shall maintain physical accountability of all equipment (real and personal) in the NSC Futures Lab in accordance with AR 735-5.

Page 76: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 76 of 146

5.42.2 The Contractor shall conduct life cycle sustainment of hardware and software in the Futures Lab in accordance with AR 25-3, DoD 5000.1 and TRADOC Regulation (TR) 350-70. 5.42.3 The Contractor shall maintain continuous configuration control over hardware and software in the NSC Futures Lab as determined by the Government Configuration Manager and in accordance with DoDI 8500.2 - IA. 5.42.4 The Contractor shall coordinate information internally with NSC Futures and TCM Gaming; update and maintain a daily, weekly, and monthly schedule for Futures Lab located on the NSC Public Folder, Microsoft Outlook Lab Calendar of events/operations and support requirements. *See Paragraph 5.53 Deliverables 5.42.5 The Contractor shall maintain Futures NSC Futures Administrative Work Area & NSC Futures Lab Security Certification and Accreditation (C&A) in accordance with AR 25-1. 5.42.6 The Contractor shall conduct Systems Engineering to write technical and analytic assessments of emerging technologies to integrate with LVC-IA federation's goals and objectives in accordance with JCIDS process to include Gaming, LVC Infrastructure, LVC-IA; submit related documentation and reports to the Government within two (2) weeks of completion of the assessment. *See Paragraph 5.53 Deliverables 5.42.7 The Contractor shall conduct SPIREX in support of project timelines established by the Government and the LVC-IA JCIDS required capabilities and attributes contained in the LVC-IA CDD, CPD, and related combat development documents. *See Paragraph 5.53 Deliverables 5.42.8 JNTC and Prototyping. The Contractor shall conduct Systems Engineering to identify, analyze, and assess the Joint simulations tools capabilities to meet Army LVC required capabilities in accordance with AR 5-11 and the JCIDS process. The Contractor shall prepare a report detailing the analysis and conclusions and deliver the report to the Government and NSC Futures Government Project Lead within two (2) weeks of completion of the assessment. *See Paragraph 5.53 Deliverables 5.42.9 JLCCTC Models/Interfaces. The Contractor shall provide support in the combat development of JLCCTC models/interfaces. All products related to the required support shall meet standards in accordance with NSC SOP and AR 5-11. 5.42.10 Capability Development and Demonstration. The Contractor shall provide support in developing a training capability; assist in the reduction of integration and manufacturing risk; ensure operational supportability; provide recommendations in reducing the logistics footprint; implement human systems integration; provide assistance to production; and demonstrating system integration interoperability, safety, and utility. 5.42.11 Validations/Verifications and Accreditations (VV&A’s) and User Assessments. The Contractor shall conduct JLCCTC VV&A’s; Maintenance Releases and User Assessments in accordance with the provisions of AR 5-11 and DA PAM 5-11. All products related to the required support shall meet standards in accordance with the NSC VV&A SOP.

Page 77: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 77 of 146

5.42.12 Terrain Support. The Contractor shall provide support in building, editing, and fielding Terrain Databases. All products related to the required support shall meet standards in accordance with NSC SOP and AR 5-11. 5.42.13 Model/Federate Support. The Contractor shall support the capability development of the JLCCTC Multi-Resolution Federation (MRF), ERF, One Semi-automated Force (OneSAF), and ALOTT. Capability development support is defined as providing model and simulation technical and functional operator expertise to improve and support the JLCCTC MRF, ERF, OneSAF, and ALOTT. The Contractor shall support the following models:

• Federation Management Tool-Reloaded (FMT-R) • Joint Simulation Protocol Analyzer (JSPA) • Joint Non-kinetic Effects Model (JNEM) • Independent Stimulation Module (ISM) • Warfighter’s Simulation (WARSIM) • WARSIM Intelligence Model (WIM) • Joint Conflict and Tactical Simulation (JCATS) • SIM C4I Interchange Module for Plans, Logistics, and Exercises (SIMPLE) • AARS • MUSE • Virtual Reality Scene Generator (VRSG) • NVI kG • JDC • ATEMC • Fire Simulation (FIRESIM) • ExCIS • LOGFED • C2 Adaptor • BE Server (notional) • Division eXercise Training and Review System (DXTRS) • other models that are part of the inventory after the start of the contract

5.42.14 Databases. The contractor shall provide simulation/federation expertise to build and edit unit and parameter databases for MRF-W, MRF-C, OneSAF, and ERF. All products related to the required support shall meet standards in accordance with NSC SOP and AR 5-11. 5.42.15 Federation Infrastructure and Federation Tools. The Contractor shall provide operator support to the Federation Infrastructure and Federation Tools of the MRF-W and ERF for VV&A and maintenance testing, fielding, and exercise support in accordance with the JLCCTC Fielding Schedule and the Exercise Schedule. All products related to the required support shall meet standards in accordance with the VV&A SOP. 5.42.16 The Logistic Federate (LOGFED) (Combat Development). LOGFED is the constructive training tool used during sustainment MC training exercises. The purpose of

Page 78: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 78 of 146

LOGFED is to assist commanders and staffs in fully exercising mission command functions. The contractor shall support combat developments activities in accordance with AR 5-11. The contractor shall provide support during exercises and events in the combat development of the LOGFED Simulation System and Architecture. This architecture consists of hardware (CHP’s HP z800s, z820s, and HP Blade Technology CISCO 3834 routers; CISCO 3824 switches; and KIV 7 HSB/KIV 19A encryption devices) and software (LOGFED software; BCS3 Software; JLCCTC Security Package Software; What’s Up Gold Software; Dameware; and NSC Exercise Support Site Software). Supplemental support will primarily consist of fault isolation, debugging, code fixes, examination of the database or reconfiguration of any portion of the LOGFED simulation system/architecture. 5.42.17 JLCCTC Cybersecurity. The Contractor shall provide cybersecurity for JLCCTC simulation and associated Information Systems (IS) in the Constructive Directorate. All cybersecurity shall meet standards in accordance with AR 25-2. 5.42.17.1 Model Update Training/Fielding. The Contractor shall develop model update training and fielding packages for the following models: JLCCTC ERF & MRF, ALOTT and OneSAF. ALOTT includes HELIX, DXTRS, URBANSIM, Metis & other ALOTT Products. The packages shall consist of changes from the previous version(s), explanation of new functionality, technical notes, lesson plans, practical exercise briefings, and technical phone number/e-mail addresses for simulation help. All products related to the required support shall meet standards in accordance with NSC SOP and AR 5-11. *See Paragraph 5.53 Deliverables 5.42.17.2 Operations and Support. The Contractor shall provide support that meets operational performance requirements and sustains the system in the most cost-effective manner. 5.42.18 Event Support. The Contractor shall provide support for NSC events in accordance with TR 350-50-3. (An NSC event is defined as an exercise, experiment, or test in which the NSC provides simulation support from the planning phase through the final Assessment phase. Support includes attending planning conferences, teleconferences, event tests, exercises, review and assisting in developing network architectures, maintaining exercise calendar and schedule, preparing briefings, completing exercise event templates, posting exercise information to the Exercise Portal, and providing daily updates to the Government when deployed away from the NSC, and preparing trip reports at the conclusion of deployments). *See Paragraph 5.53 Deliverables 5.42.19 Battlefield Visualization Team (BVT) Support. The Contractor shall install, operate, test, train, troubleshoot and maintain visualization computer hardware in order to operate on a twenty-four (24) hour basis in support of an exercise, experiment or test. Install and troubleshoot the software for problems that would prevent executing a successful training event. 5.42.20 Exercise/Event Support for JLCCTC. The Contractor shall attend exercise planning conferences to determine simulation model requirements for exercises identified on the CTC Calendar. The Contractor shall provide simulation support of MC Systems for brigade-level through corps-level JLCCTC exercises using ISM or AARS in accordance with the CTC calendar.

Page 79: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 79 of 146

5.42.20.1 Exercise/Event Support for LOGFED. The Contractor shall support exercise and test events in accordance with the published schedule, from initial planning through the AAR. 5.42.20.2 Exercise/Event Communications. The Contractor shall provide technical and operational support in communications and networking to the Joint Training and Experimentation Network (JTEN) and Global Simulation Capability Network (GSCNET) for the NSC, MCTP, Reserve Component (RC) and Institutions while managing Common Hardware Platform (CHP), and technical resources for events scheduled. 5.42.20.3 Futures Integration. The Contractor shall conduct, coordinate, and document meetings, and teleconferences in support of tests, exercises and events. The Contractor shall develop agendas and schedules, provide meeting notifications, develop and present briefings. *See Paragraph 5.53 Deliverables 5.42.20.4 NSC Futures Field and Exercise support. The Contractor shall provide technical and operator simulations support at the user/operator level to units in the field and on unit training exercises. All products related to the required support shall meet standards in accordance with NSC SOP and AR 5-11. 5.42.20.5 MC Support. The Contractor shall provide support to capability development and operate MC simulation interfaces such as ISM, Simulation C4I Interchange Module for Plans, Logistics, and Exercises (SIMPLE), C2 Adaptor, the ALOTT Simulation capabilities, and All Products related to the required support shall meet standards in accordance with NSC SOP and AR 5-11. The contractor shall provide MCIS operators for end to end connectivity. These operators shall plan, build unit and scenario databases, and then operate the systems during an NSC Test, Validation and other Capability Developer supported event. The standard is a 90% Operational Readiness Rate. 5.42.20.6 AARS Support. The Contractor shall provide support to conduct combat development and operate the current AAR systems. Support shall include the gathering of AAR requirements and information from the field and training audiences and providing the requirements and information to the Combat Developer (CD) Government representatives. All products related to the required support shall meet standards in accordance with NSC SOP and AR 5-11. 5.42.21. The Contractor shall configure, manage, test, operate, upload software / patches and generally support JLCCTC Upper Enclave (UE) components at the Main Site and Remote Site(s) as necessary, to include their hardware, firmware and software baselines as validated, verified and approved by PEO-STRI and TCM C (Intel baseline) for Regional Simulation Center (RSC) and MCTP exercise support. 5.43 MTC 5.43.1 The Contractor shall provide support to Common Battle Command Simulation Equipment (CBCSE), MTCs, and BCTC-Equipment Support (BCTC-ES). This support shall include assistance in the development, validation, prioritization, execution, and fulfillment of

Page 80: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 80 of 146

baseline support requirements; assessment of JLCCTC and providing system and military analysis expertise in the review and conduct of technical and functional issues relating to the implementation of commonality concepts across all simulation equipment; establishment and updating of all distribution plans under NSCs purview; and supporting requirements for Battle Simulation Center (BSC) migration to MTC. 5.43.2 MTC’s and BCTC-ES Design. The Contractor shall prepare and deliver written recommendations for the development of the design standards for all future MTC construction efforts. Written recommendations shall be submitted to the Government no later than three (3) working days following an MTC Design Board meeting and shall be inclusive of the decisions/recommendations made at the meetings. The Government estimates the MTC Design Board support shall consist of trips (approximately five (5) days in duration for each trip) to various CONUS and OCONUS locations. *See Paragraph 5.53 Deliverables 5.43.3 The Contractor shall develop Average Occupancy Models (AOMs) that lead to the square footage allotments in the design standards. Update the AOMs when changes in training throughput are identified in the ACP or result from the Grow the Army initiative. Submit the models to the Government no later than three (3) working days following the completion of AOM meetings. *See Paragraph 5.53 Deliverables 5.43.4 The Contractor shall gather and post MTC data monthly in the MC Training Support (MCTSD) repository located on the organization’s local network. The documents shall be archived to serve as a reference library for planning future MTCs. The repository shall be updated no later than the first business day of each month. The data for the repository shall be derived from GFI such as NSC recommendations and DA approvals on MTC’s specifications from DoD and DA regulations, environmental laws, and building codes; Government-approved Fielding Plans and guidance; and changes in MCA timelines. 5.44 CBCSE. The Contractor shall prepare and deliver written recommendations for updates to CBCSE authorizations that will meet user needs for each site based on user-input from site surveys, IPRs, PMRs, informal coordination, and JLCCTC changes. The recommendations shall be submitted semi-annually to the Government. *See Paragraph 5.53 Deliverables 5.44.1 The Contractor shall identify and report JLCCTC configuration changes such as changes in the COE and/or the new functionality dictated by the JLCCTC Requirements Control Board. The updated hardware requirement reports shall be submitted to the Government electronically within two (2) working days of identifying the configuration change. *See Paragraph 5.53 Deliverables 5.44.2 The Contractor shall prepare written reports on CBCSE distribution and fielding alternatives to the Government based upon current Government-provided priorities and deliver the reports to the Government three (3) working days prior to the PMRs and Modernization reviews. *See Paragraph 5.53 Deliverables

Page 81: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 81 of 146

5.44.3 The Contractor shall prepare recommendations for finalizing CBCSE/JLCCTC program documentation (BOIPs and MERs) and hardware distribution priorities quarterly to the Government. *See Paragraph 5.53 Deliverables 5.44.4 The Contractor shall assist the Government in property accountability for CBCSE hardware. The contractor shall track turn-in’s and compare CHP workstation numbers against authorization documents. For each turn-in event, the Contractor shall coordinate between Field Operations and the sites to resolve issues. The updated hardware requirement reports shall be submitted to the Government electronically within two (2) working days of the turn-in event. *See Paragraph 5.53 Deliverables 5.45 Common Tasks. The Contractor shall perform the common tasks identified below in support of the MC Training Support Division (MCTSD) combat development missions. 5.45.1 The Contractor shall research and evaluate changes in MC Training Strategy (MCTS), Army Campaign Plan (ACP), ARFORGEN, MC migration, modularity, migration to Future Force/Army Evaluation Task Force (AETF), and emerging technology for impact(s) to the MC Training Support Program (MCTSP) and provide a written analyses to the appropriate MCTSD representative(s). *See Paragraph 5.53 Deliverables 5.45.2 The Contractor shall prepare written quarterly recommendations to update the JLCCTC, CBCSE, and BCTC-ES Distribution Plan to include new CHP distribution and realignment of main installations (Hub) and branch installations (Spoke). *See Paragraph 5.53 Deliverables 5.45.3 The Contractor shall update the Army-wide Hub and Spoke Plan to enable MC training and gain efficiencies in use of existing hardware and technical support personnel and provide the Plan quarterly to the Government. *See Paragraph 5.53 Deliverables 5.45.4 The Contractor shall prepare technical and/or analytical recommendations. The general areas of analysis and recommendations include MTC future prototype, use of CHP workstations within the JLCCTC Tech Control footprint, and assessment of LVC-IA elements for inclusion in the MERs. The contractor shall provide the written recommendations to the Government no later than three (3) working days following the conclusion of an event. *See Paragraph 5.53 Deliverables 5.45.5 The Contractor shall support site visits by preparing digital briefings, analyses, and recommendations to the MCTSD Government Representative. The analyses and recommendations are in support of HQDA DAMO-TRS. *See Paragraph 5.53 Deliverables 5.45.6 The Contractor shall support site visits by reviewing the MER spreadsheets for accuracy and content and updating the spreadsheets identifying the MTC elements authorized per Army installation. The Contractor shall provide the updated spreadsheets to the Government no later than three (3) working days after the completion of each site visit. *See Paragraph 5.53 Deliverables.

Page 82: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 82 of 146

5.45.7 The Contractor shall prepare Training Capabilities Integration (TCI) studies, white papers, and other analyses as identified in individual task orders to support MCTSP. *See Paragraph 5.53 Deliverables 5.45.8 The Contractor shall prepare AAR’s after each TDY trip and deliver electronically to the Government no later than two (2) working days after returning to normal duty. The AAR’s shall contain a summary of decisions made, decisions pending, and topics covered. Each trip is estimated to be five (5) days in duration. *See Paragraph 5.53 Deliverables 5.45.9 The Contractor shall prepare meeting summary documents for TCI telecoms, internal JLCCTC meetings, and Training Simulation Design sessions. The documents shall contain a summary of the major points discussed, identifying the presenter, topic relation, a link to the presentation slides used, and agreed-to actions during the meeting no later than two (2) working days after the meeting. *See Paragraph 5.53 Deliverables 5.45.10 The Contractor shall prepare reports on in-house training simulation activities to include GAT, VV&A, and Operational Readiness OREs Exercises (OREs), and deliver to the Government no later than five (5) working days after the end of the activity. *See Paragraph 5.53 Deliverables 5.45.11 The Contractor shall prepare analysis and briefing products for and during the semi-annual MCTSP PMRs to synchronize selected MC training initiatives and requirements with DAMO-TRS. The products shall include charts, metrics, illustrations, and text documents. The contractor shall provide the products prior to the semi-annual PMRs. The draft copy of the briefing shall be provided to the Government no later than three (3) working days after the conference. The Contractor shall deliver the final document for inspection and acceptance no later than two (2) working days after receiving the Government’s comments on the draft document. *See Paragraph 5.53 Deliverables 5.45.12 The Contractor shall complete document reviews, analyses, and written assessments pertaining to Army training simulations implications used to judge the relevance, accuracy, and completeness of the information regarding MTC support to the field. 5.45.13 The Contractor shall analyze POM-related CBCSE, BCTC-ES, and MCTSP issues, data, and metrics in order to determine effects on the training community. The contractor shall prepare impact recommendations for MCTSP PMRs and MCTSP Modernization Reviews and deliver those products to the Government five (5) working days prior to the scheduled POM meetings. *See Paragraph 5.53 Deliverables 5.45.14 The Contractor shall prepare POM issue sheets for new or modified MTC program requirements no later than five (5) working days prior to scheduled meetings. The issue sheets’ justification shall include program capabilities updates, impacts for training, requirements modifications, and fielding implications. *See Paragraph 5.53 Deliverables

Page 83: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 83 of 146

5.45.15 The Contractor shall coordinate with the IMCOM to develop and deliver quarterly MCTSP-related instruction materials for Installation Management Institute (IMI) training courses. Coordination includes confirming dates, hours of instruction, sequence of instruction, and requirements for adding tests or student surveys; sending rough drafts of curriculum for review; and determining location and audio-visual requirements. The instruction materials shall include Power Point briefings, visuals, student handouts, and tests. *See Paragraph 5.53 Deliverables 5.46 DoD RMF. The Contractor shall provide electronic and on-site technical assistance and support to DIACAP/DoD RMF transition questions. The Federal Information Security Management Act (FISMA) and DoD Regulation dictate that DoD systems are DoD RMF compliant. Technical assistance and support shall further compliance of the transition from DIACAP to DoD RMF. The Government estimates that technical assistance and support will be in regards to existing MTCs transition and the procedures for future MTC DoD RMF accreditation. 5.46.1 Conduct On-Site Technical Assistance. The Contractor shall conduct site visits, as required, to existing MTCs to assist the site’s designated DoD RMF point of contact with understanding the requirements to transition from DITSCAP (Old DoD Security Regulation) to DoD RMF (New DoD Security Regulation). This transition assistance includes assisting organizations in instituting the one hundred-ten (110) control measures that will be required for a MAC II Classified site; explaining to the Site DoD RMF POC the “how to” on maintaining a matrix that addresses each measure; explaining the “how to” on assembling and understanding the supporting documentation and assembling/ constructing the artifacts that will be used to support an ATO. Each site will have various levels of understanding of the changes required with DoD RMF as this program is relatively new and significantly different from DITSCAP. Site visits may be CONUS or OCONUS. The Government estimates CONUS site visits no more than five (5) business days in duration. Site visits will be identified in individual task order requirements. 5.47 Virtual Capabilities 5.47.1 JCIDS Requirements Documents. The Contractor shall provide combat development for JCIDS requirement documents for virtual simulations in accordance with JCIDS processes. The contractor shall prepare documentation for the phase of life cycle management such as Concept Refinement, Technology Development, System Development and Demonstration, Production, and Deployment and Operations and Support. Documents shall be formatted in accordance with CJCSM 3170.01C, TRADOC Regulation 71-20, and the ATSC STRAP Authoring Tool. See Paragraph 5.50 Deliverables 5.47.2 Joint Capabilities Document Process. The Contractor shall review Joint Capabilities Documents (ICDs, CDDs, and CPDs and their associated STRAPs); write document review draft comments and recommendations and provide to the Government fifteen (15) working days after receiving the GFI and document for review. The final analytical report shall be provided to the Government five (5) working days after receiving the Government’s comments. See Paragraph 5.50 Deliverables

Page 84: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 84 of 146

5.47.3 Programs of Record. The Contractor shall perform tasks in support of virtual simulation Programs of Record (e.g. Close Combat Tactical Trainer (CCTT), Aviation Combined Arms Tactical Trainer (CATT), Engagement Skills Trainer 2000 (EST 2000), Call for Fire Trainer, Synthetic Environment Core, et al) or emerging programs (i.e. Reconfigurable Vehicle Tactical Trainer, Driver Trainers, Dismounted Soldier Trainer, Counter-Improvised Explosive Devices (CIED), et al). Programs of Record and emerging programs will be in various phases of development (i.e. concept refinement phase, technology development phase, system development and demonstration phase, production and deployment phase, and operations and support phase) depending on the maturity of the program. The Contractor shall coordinate with TRADOC school proponents and acquisition program managers to ensure that the concept, development, and execution of solutions to materiel requirements are identified and initiated through the combat developments process and are properly translated into executable programs within acceptable performance and schedule parameters. Applicable regulations guiding these processes are AR 70-1 - Army Acquisition Policy, Army Warfighting Capabilities Interim Implementation Guidance, AR 350-38 - Training Device Policies and Management, TRADOC Regulation 10-5-4 - U. S. Army CAC; TRADOC Regulation 71-12 - TRADOC System Management, and TRADOC Regulation 350-70 - Systems Approach to Training Management, Processes, and Products. 5.47.4 Gaming Capabilities 5.47.4.1 The Contractor shall ensure that the combat development process of analyzing, determining, and prioritizing Army gaming requirements is in accordance with prescribed DoD, DA, and TRADOC directives and regulations. Deliverables are JCIDS analyses, joint capabilities documents, STRAP’s, fielding and basis of issue plans and MER. See Paragraph 5.50 Deliverables 5.47.4.2 JCIDS Requirements Documents. The Contractor shall provide combat development for JCIDS requirement documents for gaming requirements in accordance with JCIDS processes. The Contractor shall deliver documentation for the phase of life cycle management such as Concept Refinement, Technology Development, System Development and Demonstration, Production and Deployment and Operations and Support. The requirement document will be formatted in accordance with CJCSM 3170.01C, TRADOC Regulation 71-20, and the ATSC STRAP Authoring Tool. 5.47.4.3 Joint Capabilities Document Process. The Contractor shall review Joint Capabilities Documents (ICDs, CDDs, and CPDs and their associated STRAPs). The contractor shall provide review draft comments and recommendations and provide to the Government fifteen (15) working days after receiving the GFI and the document for review. The final analytical report shall be provided to the Government five (5) working days after receiving the Government’s comments. See Paragraph 5.50 Deliverables 5.47.5 Programs of Record. The Contractor shall perform tasks in support of gaming programs of record or emerging programs. Programs of record and emerging programs shall be in various phases of development (e.g. concept refinement phase, technology development phase, system

Page 85: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 85 of 146

development and demonstration phase, production and deployment phase, and operations and support phase) depending on the maturity of the program. The Contractor shall coordinate with TRADOC school proponents and acquisition program managers to ensure that the concept, development, and execution of solutions to materiel requirements are identified and initiated through the combat developments process and are properly translated into executable programs within acceptable performance and schedule parameters. Applicable regulations guiding these processes are AR 70-1 - Army Acquisition Policy, Army Warfighting Capabilities Interim Implementation Guidance; AR 350-38 - Training Device Policies and Management; TRADOC Regulation 10-5-4 – U.S. CAC; TRADOC Regulation 71-12 - TRADOC System Management; and TRADOC Regulation 350-70 - Systems Approach to Training Management, Processes, and Products. 5.48 ALOTT Operation 5.48.1 Tasks. In accordance with the TSS-E Contract, the Contractor, as an independent contractor and not as an agent of the Government, shall provide the necessary resources to support the tasks below with the exception of GFP (See PART 3. GFP) 5.48.1.1 Operation of the ALOTT applications and functionality. 5.48.1.2 Operation of the closed/standalone network supporting the ALOTT applications. 5.48.1.3 Operation of the unclassified ALOTT backbone. 5.48.1.4 Operation of the classified ALOTT backbone. 5.48.1.5 Operation of the Distributed Interactive Simulation (DIS) component. 5.48.1.6 Provide support for the overall ALOTT exercise preparation. 5.48.1.7 Provide support for the overall ALOTT exercise execution. 5.48.1.8 Provide unit database build support for ALOTT applications. 5.48.1.9 Provide terrain support for ALOTT applications. 5.48.1.10 Provide troubleshooting expertise when technical & operational issues occur. 5.48.1.11 When an ALOTT issue/deficiency is identified, troubleshoot a work-around and submit a Problem Trouble Report to TCM-C. 5.48.1.12 Provide support to other exercises, training events, and planning as required by TCM Constructive. 5.48.1.13 Provide support to other simulations, on an ad-hoc basis, as required by TCM Constructive.

Page 86: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 86 of 146

5.48.1.14 Serve as a systems administrator or network administrator as required by TCM ITE. 5.48.1.15 Develop and provide briefing/presentation for each supported exercise/event as required by TCM Constructive. 5.48.1.16 Develop and provide Exercise Support Schedules for each supported exercise/event as required by TCM Constructive. 5.48.1.17 Develop and provide Inventory of Take Home Package Provided to Training Audience for each supported exercise as required by TCM Constructive. 5.48.1.18 Develop and provide Exercise Technical Summary Report for each supported exercise/event as required by TCM Constructive. 5.48.1.19 Develop and provide written records to include meetings, conference, and working groups for each supported exercise/event as required by TCM Constructive. 5.49 Contractor Manpower Reporting (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes the: (1) Contracting Office, the Contracting Officer, Contracting Officer’s Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors 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 subcontractor employees deployed in theater this reporting period (by country).

Page 87: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 87 of 146

As part of its submission, the contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed twelve (12) months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor’s system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 5.50 ORGANIZATIONAL CONFLICTS OF INTEREST (OCI) 5.50.1. Organizational Conflicts of Interest (OCI) a. The Contractor shall include this requirement in subcontracts at all tiers. The contractor agrees that this restraint shall be effective throughout this contract period of performance, including any exercised options, and shall extend for six (6) months after completion and acceptance of all work performed under subsequent task orders. The contractor agrees and acknowledges that compliance with this restraint, at all tiers, is a material requirement of this contract. (FAR 9.505-1 - Organizational and Consultant Conflicts of Interest – Providing systems engineering and technical direction) b. The Contractor agrees that if it assists in the preparation of specifications, work statements, or statement of objectives, for a system or services under this Contract, or assists in the development of acquisition strategies or evaluation criteria or otherwise provides acquisition support under this Contract, it will not be allowed to furnish these items or services, either as a prime contractor, a subcontractor or as a consultant. (FAR 9.505-2 Organizational and Consultant Conflicts of Interest – Preparing specifications or work statements). c. The Contractor agrees that if it gains access to proprietary data of other companies, it will protect such data and it will not use such proprietary data in supplying systems or components in future competitive procurements. In addition, the contractor agrees to protect the proprietary data and rights of other organizations disclosed to the contractor during performance of this contract with the same caution that a reasonably prudent contractor would use to safeguard highly valuable property. The Contractor also agrees that if it gains access to the proprietary information of other companies, it will enter into an agreement with the other companies to protect their information from unauthorized use or disclosure for as long as it remains proprietary and refrain from using the information for any purpose other than that for which it was furnished. (FAR 9.505-4 Organizational and Consultant Conflicts of Interest – Obtaining Access to Proprietary Information) d. The Contractor agrees that it will not distribute reports, data, or information of any nature arising from its performance under this contract, except as provided herein, or as may be directed by the Contracting Officer. e. The Contractor shall include the above provisions, including this paragraph, in all agreements with teaming partners, consultants, and subcontractors at any tier which calls for

Page 88: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 88 of 146

performance related to this contract and involves access to information covered above, unless excused in writing by the Contracting Officer. The use of this clause in such agreements shall be read by substituting the word "teaming partner," "consultant," or "subcontractor" for the word "contractor" whenever the latter appears. f. The Contractor agrees that if an actual or potential OCI arises prior or after award, with regard to any contract, task order or modification thereto, the Contractor will make a full disclosure in writing to the Contracting Officer. This disclosure shall include a description of actions which the Contractor has taken or proposes to take, after consultation with the Contracting Officer, to avoid, mitigate, or neutralize the actual or potential conflict. All actual or potential OCI situations shall be handled in accordance with FAR Subpart 9.5.

g. The Government may terminate the contract or task order for convenience, in whole or in part, if it deems such termination necessary to avoid a potential OCI. If the contractor was aware of an OCI prior to award, or discovered such facts after award and intentionally did not disclose or misrepresented relevant information to the Contracting Officer, the Government may terminate the task order and/or contract in accordance with the "Default" clause of this contract; debar the contractor from contracting; and/or pursue such other remedies as may be permitted by law or regulation (including the FAR and its supplements) of this contract. h. The Government may, at its sole discretion, waive any provisions of this clause if deemed in the best interest of the Government. 5.50.2 Task Order Conflict of Interest.

a. In the event that a task order is issued to the Contractor that would require activity which would create a potential conflict of interest, the contractor shall:

Notify the Contracting Officer of a potential conflict as soon as possible, but not later than three (3) calendar days after the potential conflict is known to the contractor;

Recommend to the Government an alternative taking approach which would avoid the

potential conflict or; Present, for approval, a Task Order Conflict of Interest Mitigation Plan as an attachment

to the Task Order Execution Plan (TOEP) describing, in detail, the task order requirement that creates the potential conflict of interest and outline, in detail, the actions to be taken by the contractor or the Government in the performance of the task to mitigate the conflict, division of subcontractor effort, and limited access to information or other applicable means.

b. The Contractor shall not commence work on a task order related to a potential conflict of interest until specifically notified by the Contracting Officer to proceed.

Page 89: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 89 of 146

c. If the Contracting Officer determines that it is in the best interest of the Government to issue a task order, notwithstanding a conflict of interest, a request for waiver will be submitted in accordance with FAR 9.503. 5.51 DOD Level I Antiterrorism (AT) Standards (FEB 2009) (5152.209-4000 -Local Clause) a. Pursuant to Department of Defense Instruction Number 2000.16, “DoD Antiterrorism (AT) Standards,” dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The Contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer’s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. b. In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. c. Antiterrorism performance (Level I AT Awareness Training Attendance and Compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) 5.52 Non-Disclosure In the course of performance pursuant to this contract, the contractor will access nonpublic information, including acquisition sensitive information. The contractor agrees that it will not use or disclose any such information unless authorized by the Contracting Officer. The contractor further agrees that it will use its best efforts to ensure that its employees and others performing services under this contract will not use or disclose any such information unless authorized by the Contracting Officer. To that end, the contractor agrees that its employees and others performing duties under this contract will, prior to the commencement of performance, sign the Certificate of Non-Disclosure set forth below. (See Attachment – Certificate of Non-Disclosure) 5.53 Deliverables

REFERENCE PARA DELIVERABLES DELIVERABLES TARGET DATES

5.1.2 Develop RCMP As required in individual

task orders

Page 90: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 90 of 146

5.1.3 Provide SRP Program technical support As required in individual task orders

5.2 Provide SRP Program training support As required in individual task orders

5.2.1 Develop ROPD courses and lead ROPD instruction As required in individual task orders

5.2.3 Provide ROPD DL support and testing As required in individual task orders

5.2.4 Provide resident ROPD course support As required in individual task orders

5.2.5 Provide ROPD course student management As required in individual task orders

5.2.6 Provide OPM SRP Series support As required in individual task orders

5.2.7 Provide workshop support As required in individual task orders

5.2.8 Provide PMR support As required in individual task orders

5.2.9 Provide SRP program coordination support Annually 5.2.10 Provide HQDA support As required in individual

task orders 5.2.11 Provide SRP geospatial support As required in individual

task orders 5.2.11.1 Develop SRP geospatial data standards As required in individual

task orders 5.2.11.2 Provide SRP geospatial automated tools support As required in individual

task orders 5.2.11.3 Provide SRP GIS training As required in individual

task orders 5.2.11.4 Provide SRP GIS planning support to RCMP As required in individual

task orders 5.3 Provide SRP GIS range operations support As required in individual

task orders 5.3.1 Provide SRP GIS range modernization support As required in individual

task orders 5.4 Provide SRP GIS support for ITAM program As required in individual

task orders 5.5 Provide SRP geospatial technical support As required in individual

task orders 5.5.1 Provide SRP geospatial data development support As required in individual

task orders 5.52 Provide geospatial data QA/QC As required in individual

task orders 5.5.3 Provide MIMs support and development As required in individual

task orders 5.5.4 Provide geospatial data warehouse support As required in individual

Page 91: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 91 of 146

task orders 5.5.5 Provide SRP GIS support to HQDA and Commands As required in individual

task orders 5.5.6 Provide SRP GIS workshop support As required in individual

task orders 5.5.7 5.6

Provide SRP GIS web services support Provide SRP IT Enterprise support

As required in individual task orders As required in individual task orders

5.6.1 Provide SRP IT Enterprise Management As required in individual task orders

5.6.2 Develop SRP IT functional requirements As required in individual task orders

5.6.3 Provide SRP IT Enterprise accreditation and portfolio management support

As required in individual task orders

5.6.4 Provide SRP IT Enterprise application management support

As required in individual task orders

5.6.5 Provide SRP IT Enterprise operations support As required in individual task orders

5.6.6 Maintain SRP IT Enterprise functionality As required in individual task orders

5.6.7 SRP IT Enterprise Development As required in individual task orders

5.6.8 Provide SRP IT Enterprise testing and acceptance plans

As required in individual task orders

5.6.9 Provide SRP IT Enterprise application documentation and tutorials

As required in individual task orders

5.6.10 Provide SRP IT Enterprise deployment support As required in individual task orders

5.7.1 Provide range operations support As required in individual task orders

5.7.2 Provide range control center/complex planning, management, and operations

As required in individual task orders

5.7.3 Provide control of range and maneuver training operations

As required in individual task orders

5.7.4 Provide range operations preparations As required in individual task orders

5.7.5 Provide range scheduling and operations support As required in individual task orders

5.7.6 Conduct range safety operations As required in individual task orders

5.7.6.1 Develop and provide range and explosives safety support

As required in individual task orders

5.7.6.2 Coordinate live fire and range safety issues with TRADOC Executive Agency

As required in individual task orders

Page 92: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 92 of 146

5.7.6.3 Conduct range certification program As required in individual task orders

5.8 Conduct range maintenance and repair operations As required in individual task orders

5.8.1 Use of Life Cycle Management process to provide range maintenance operations

As required in individual task orders

5.8.2 Process DPW repair requests for range maintenance activities

As required in individual task orders

5.8.3 Conduct maintenance activities As required in individual task orders

5.9 5.9.1 5.9.2 5.10.1 5.10.2 5.10.3 5.10.4 5.10.5 5.10.6 5.10.7.1 5.10.7.2 5.11 5.12 5.13 5.14 5.15 5.16 5.17

Conduct automated targeting system operation and maintenance Conduct set-up and tear-down of range Conduct range inspections Provide Army range modernization project support Provide standard range design development support

Provide range design meeting support

Provide range construction, instrumentation, and other analysis support Provide finalization of engineer drawing coordination Provide range project QA/QC support Provide RCCB support Identify and report inspection trends Provide ISR Part I coordination and integration Provide targetry and instrumentation training Provide coordination for augmentation of existing range capabilities Operate and maintain Homestation Digital Ranges and Urban Facilities supported by CLS Conduct post fielding analysis to assess training effectiveness Support FASIT CPD development process Support SRP planning charettes

As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders

Page 93: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 93 of 146

5.18 5.19 5.20.1.1 5.20.1.2 5.20.1.3 5.20.1.4 5.21 5.21.1 5.22.1 5.22.2 5.22.3 5.22.4 5.22.5 5.22.6 5.22.7 5.22.8 5.22.9 5.23.1 5.23.2 5.23.3 5.23.4 5.24 5.25.1

Provide DD1391 construction data and cost analysis Provide input to AMRP-T MILCON dashboard and reports Provide ITAM content for RCMP Develop ITAM projects with all components of ITAM including GIS Execute ITAM work plan Provide annual ITAM work plan report Provide decision support to RTLP and training land activities Integrate mission needs with installation plans Conduct LRAM management actions Conduct LRAM project planning Coordinate safety and UXO with range safety Coordinate with appropriate agencies for regulatory guidance compliance Conduct LRAM project execution Repair training land and training areas LRAM routine and management actions Perform landscape reconfiguration for training Perform mitigation measures Perform RTLA maneuvers and range assessments Perform RTLA assessments to collect, analyze, and report data to support training decisions and LRAM execution Perform TRI assessments to support land management decisions Conduct LRAM project support assessments Perform SRA activities/support products Deliver SRP GIS products IAW GIS standards

As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders

Page 94: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 94 of 146

5.25.2 5.25.3 5.25.4 5.25.5 5.26.1.1 5.26.1.2 5.26.2 5.26.3 5.29.5 5.29.7 5.29.7.1 5.31.1 5.31.16 5.31.18

Perform SRP geospatial data development Develop, maintain, and update MIMs Conduct GIS and GIS tool training Support RCMP with GIS Provide SRP GIS training support products Provide SRP GIS support for range operations Provide SRP GIS support for ITAM, including TRI, LRAM, RTLA, and SRA Provide SRP GIS support for range modernization Prepare/facilitate practical application exercises documents Prepare LTP POI division operations orders LTP Final Report detailing observations trend implications BCT-TSS Warrior Support Program plans for training Develop/maintain MTC website new pages/changes Develop/recommend training objectives simulation models and architecture

As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders As required in individual task orders

5.31.19 MTC annual plan for new simulations, techniques, and technologies

As required in individual task orders

5.31.20 Monitor/record exercise progress; collect data for post-exercise analysis; record check points for exercise back-up and historical documentation

As required in individual task orders

5.31.21 Prepare Technical AAR Plan Annually 5.31.22 Prepare TIR's As required in individual

task orders 5.31.24 Design/develop/test all exercises and training

simulation databases Thirty (30) days prior to event execution

5.32.6 Develop/publish schedule of available courses As required in individual task orders

5.32.7 Provide metrics for assessments; document data from manning, training, and equipping exercise activities

As required in individual task orders

5.33.5 3.3.5.1

Prepare/update Exercise Planning Guide Establish MIS disaster recovery process

Annually As required in individual task orders

Page 95: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 95 of 146

5.40.4 5.40.6 5.40.5 5.40.7 5.40.8 5.40.9 5.41 5.41.1 5.41.2 5.41.3 5.42.4 5.42.6 5.42.7 5.42.8

Develop JCIDS documents for LVC-IA & Infrastructure and Gaming and prototype simulation tools Research/evaluate/document COTS/GOTS gaming initiatives/applications Assess/document proposes simulation tools for interface with US Army and Joint MC systems Prepare reports on Systems Engineering of current ARFORGEN and Future Force simulation requirements/experiments Software Requirements Analysis draft/final listing of user-generated requirements Plan, prepare and execute RCB. Prepare material for, take notes during, keeping audit trial in the CCB and design reviews Conduct/document V&V of gaming simulations, simulation tools, and COTS/GOTS integration software Submit V&V documentation Plan/conduct LVC SPIREX;JCIDS documentation and exercise/scenario design documentation Develop/validate/verify LVC capabilities and tools, COTS/GOTS gaming products and tools, and life cycle modernization of gaming and LVC tools; write code/ check functionality/software fidelity; prototype LVC Tools; integrate COTS/GOTS gaming applications into other simulations and mission command systems for prototypes or software tools Coordinate information with NSC Futures and Operations; update/maintain a daily, weekly, and monthly schedule for Futures NSC Futures Lab Write technical and analytic assessments of emerging technologies to integrate with LVC-IA goals/objectives Conduct SPIREX in support of project timelines JNTC identify/analyze/assess Joint simulation tools

As required in individual task orders As required in individual task orders Draft ten (10) working days after meeting: final five (5) days after comments As required in individual task orders As required in individual task orders Annually Annually As required in individual task orders Three (3) working days prior to PMR's and mod reviews Two (2) weeks of assessment completion As required in individual task orders Two (2) weeks of assessment completion As required in individual task orders As required in individual

Page 96: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 96 of 146

5.42.17.1 5.42.18 5.42.20.3 5.43.2 5.43.3 5.44 5.44.1 5.44.2 5.44.3 5.44.4 5.45.1 5.45.2 5.45.3

capabilities. Prepare a report detailing the analysis and conclusions Develop/model update training/fielding packages Identify/report JLCCTC configuration changes Prepare briefings; complete exercise event templates; post exercise event information; provide daily updates when deployed from the NSC; prepare trip report at conclusion of deployment Conduct/coordinate/document meetings and teleconferences for tests, exercises, and events. Conduct agenda and schedule development, meeting notifications, briefing development and presentations Prepare written recommendations for the development of design standards for MTC construction efforts Develop AOM’s Prepare written recommendations for updates to CBCSE authorization Identify/report JLCCTC configuration changes Prepare written reports on CBCSE distribution and fielding alternatives Prepare recommendations for finalizing CBCSE/JLCCTC program documentation and hardware distribution priorities Update CBCSE hardware requirements reports Provide written MCTSMCTSMCTS analyses; ACP analyses; ARFORGEN analyses; MC migration analyses; modularity analyses; migration/AEFT analyses; and emerging technology analyses Prepare written recommendations to update the JLCCTC, CBCSE, and BCTC-ES Distribution Plan Update the Army-wide Hub and Spoke Plan Prepare written recommendations to update the JLCCTC, CBCSE, and BCTC-ES Distribution Plan

task orders As required in individual task orders As required in individual task orders Three (3) working days following a MTC Design Board Two (2) working days upon identifying configuration changes Three (3) working days prior to PMR’s and Mod Reviews Two (2) working days upon identifying configuration changes Three (3) working days prior to PMR’s and MOD Reviews Quarterly Two (2) working days after the turn-in event As required in individual task orders As required in individual task orders Quarterly Three (3) working days

Page 97: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 97 of 146

5.45.4 5.45.5 5.45.6 5.45.7 5.45.8 5.45.9 5.45.10 5.45.11 5.45.13 5.45.14

Prepare technical and/or analytical recommendations Prepare digital briefings, analyses, recommendations in support of DAMO-TRS site visits Review/update MER spreadsheets Prepare TCI studies, white papers, and other analyses Prepare AAR's Prepare meeting summary documents for TCI telecoms, JLCCTC meetings, and Training Simulation Design sessions Prepare in-house training simulation activities reports Prepare analysis/briefing documents for and during the semi- annual MCTSP PMR's Prepare impact recommendations for MTCSP PMR’s and MCTSP Modernization Reviews Prepare POM issues sheets for new or modified MTC program requirements

following the conclusion of an event As required in individual task orders As required in individual task orders Three (3) working days after completion of site visit(s) As required in individual task orders Two (2) working days after each TDY trip Two (2) working days after each TDY trip Five (5) working days after meeting(s) Briefing draft copy three (3) working days after conference; Final copy two (2) working days after receipt of Government comments Five (5) working days prior to scheduled POM meetings Five (5) working days prior to scheduled POM meetings

5.45.15 Prepare MCTSP related instruction materials for IMI

training courses Quarterly

5.47.1

Prepare JCIDS analyses: joint capabilities documents; STRAPS; fielding and basis of issue plans; and MER

5.47.2

Provide JCD comments/recommendations

Draft copy fifteen (15) working days after receipt of the document; final copy five (5) days after receiving the Govern-

Page 98: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 98 of 146

5.47.4.1 5.47.4.3

Provide army gaming JCIDS analyses, JCC's, STRAP's, fielding and basis of issue plans and MER Provide gaming requirements documents

ment’s comments As required in individual task orders Draft copy fifteen (15) working days after receipt of the document; final copy five (5) days after receiving the Govern- ment’s comments

Part 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS). 6.1. The Contractor (to include subcontractors) must abide by all applicable regulations, publications, manuals, and local policies and procedures. The following is a listing of the applicable publications:

Page 99: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 99 of 146

SRP RANGE OPERATIONS Mandatory Advisory

AR 25-2 Information Systems Security 25 June 2013 http://www.apd.army.mil/pdffiles/r25_1.pdf X AR 25-50 Preparing Correspondence 17 May 2013 http://www.apd.army.mil/pdffiles/r25_50.pdf X AR 25-52 Authorized Abbreviations, Brevity Codes, and Acronyms 21 Feb 2014 http://www.apd.army.mil/pdffiles/r25_52.pdf

X

AR 25-55 The Department of the Army Freedom of Information Act Program 1 November 1997 http://www.asamra.army.mil/docs/R25_55.pdf

X

AR 25-400-2 The Army Records Information Management System (ARIMS) 2 October 2007 http://www.apd.army.mil/pdffiles/r25_400_2.pdf

X

AR 40-3 Medical, Dental, and Veterinary Care 23 April 2013 http://www.apd.army.mil/pdffiles/r40_3.pdf

X

AR 40-5 Preventive Medicine 28 April 2013 http://armypubs.army.mil/epubs/pdf/r40_5.pdf X AR 190-5 Motor Vehicle Traffic Supervision 22 May 2006 http://www.apd.army.mil/pdffiles/r190_5.pdf

X

AR 190-11 Physical Security of Arms, Ammunition, and Explosives 16 September 2013 https://armypubs.us.army.mil/epubs/DR_pubs/DR_B/pdf/r190_11.pdf

X

AR 190-13 The Army Physical Security Program 11 March 2013 https://armypubs.us.army.mil/epubs/dr_pubs/dr_b/pdf/r190_13.pdf

X

AR 190-51 Security of Unclassified Army Property (Sensitive and Non-sensitive) 30 September 2013 http://armypubs.army.mil/epubs/pdf/r190_51.pdf

X

AR 200-1 Environmental Protection and Enhancement 13 December 2013 http://armypubs.army.mil/epubs/pdf/r200_1.pdf

X

AR 385-10 Army Safety Program 27 November 2013 http://armypubs.army.mil/epubs/pdf/r385_10.pdf

X

AR 385-63 Policies and Procedures for Firing Ammunition for Training, Target Practice, and Combat 16 April 2014 http://armypubs.army.mil/epubs/pdf/p385_63.pdf

X

AR 385-64 Ammunition and Explosives Safety Standards 24 May 2011 http://armypubs.army.mil/epubs/pdf/p385_64.pdf

X

AR 420-1 Army Facilities Management 12 February 2008 http://armypubs.army.mil/epubs/pdf/r420_1.pdf

X

AR 600-63 Army Health Promotion 7 May 2007 http://www.apd.army.mil/pdffiles/r600_63.pdf X AR 710-2 Inventory Management Supply Policy Below the Wholesale Level 28 March 2008 http://www.apd.army.mil/pdffiles/r710_2.pdf

X

AR 735-5 Policies and Procedures for Property Accountability 10 May 2013 http://www.apd.army.mil/pdffiles/r735_5.pdf

X

AR 750-1 Army Material Maintenance Policy 12 September 2013 http://www.apd.army.mil/pdffiles/r750_1.pdf

X

DA PAM 385-10 Army Safety Program 27 November 2013 http://www.apd.army.mil/pdffiles/r385_10.pdf

X

DA PAM 385-40 Army Accident Investigation and Reporting 6 March 2009 http://www.apd.army.mil/pdffiles/p385_40.pdf

X

DA 385-63 Range Safety 16 April 2014 http://www.apd.army.mil/pdffiles/p385_63.pdf X DA PAM 385-64 (C1) Ammunition and Explosives Safety Standards 24 May 2011 http://www.apd.army.mil/pdffiles/p385_64.pdf

X

DA PAM 710-2-1 Using Unit Supply System, Manual Procedures 28 March 2008 http://www.apd.army.mil/pdffiles/r710_2.pdf

X

DA PAM 750-8 The Army Maintenance Management System (TAMMS) User Manual 22 August 2005 http://www.apd.army.mil/pdffiles/p750_8.pdf

X

385-1-1 Safety and Health Requirements 20 July 2012 X

Page 100: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 100 of 146

http://www.usace.army.mil/SafetyandOccupationalHealth/SafetyandHealthRequirementsManual.aspx Local Range Regulations X TC 25-8 Training Ranges 31 March 2014 https://armypubs.us.army.mil/doctrine/DR_pubs/dr_d/pdf/tc25_8.pdf

X

DoDD 1010.10 Health Promotion 28 April 2014 http://www.dtic.mil/whs/directives/corres/pdf/101010p.pdf

X

DoDD 4715.11 Environmental and Explosives Safety Management on DoD Active and Inactive Ranges Within the US 12 July 2014 www.dtic.mil/whs/directives/corres/pdf/471511p.pdf

X

DoD 5500.7-R Joint Ethics Regulation (with changes through C7) 17 November 2013 http://www.dtic.mil/whs/directives/corres/pdf/550007r.pdf

X

DoDI 6050.5 DoD Hazard Communication Program 15 August 2006 http://www.dtic.mil/whs/directives/corres/pdf/605005p.pdf

X

DoDD 6055.9 DDESB and DoD Component Explosives Safety Responsibilities 19 August 2005 http://www.dtic.mil/whs/directives/corres/pdf/605509p.pdf

X

User Guide to Range Facility Management Support System (RFMSS) (web page link) 19 March 2015 http://www.ut.ngb.army.mil/campwilliams/RFMSS/Become%20a%20RFMSS%20User.pdf

X

DoD/DA/Local Forms X RANGE MODERNIZATION FM 3-22.9 Rifle Marksmanship M16A1, M16A2/3, M16A4, and M4 Carbine 12 August 2008 http://armypubs.army.mil/doctrine/DR_pubs/dr_a/pdf/fm3_22x9.pdf

X

FM 3-23.35 Combat Training with Pistols, M9 and M11 11 June 2013 http://armypubs.army.mil/doctrine/DR_pubs/dr_a/pdf/fm3_23x35.pdf

X

FM 3-22.68 Crew-Served Machine Guns, 5.56-MM and 7.62-MM July 2006 http://armypubs.army.mil/doctrine/DR_pubs/dr_a/pdf/fm3_22x68.pdf

X

TC 90-1 Training For Urban Operations 12 April 2008 https://armypubs.us.army.mil/doctrine/DR_pubs/dr_aa/pdf/tc90_1.pdf

X

FM 3-22.10 Sniper Training And Operations (Draft) 29 September 2008 http://www.sniperforums.com/forum/sop/17162-fm-3-22-10-sniper-training-operations.html

X

FM 3-22.65 Browning Machine Gun, Caliber .50 HB, M2 3 March 2015 https://armypubs.us.army.mil/doctrine/DR_pubs/dr_c/pdf/fm3_22x65c1.pdf

X

FM 3-22.31 MK 19, 40-MM Grenade Machine Gun, MOD 3, 21 July 2006 http://armypubs.army.mil/doctrine/DR_pubs/dr_a/pdf/fm3_22x68.pdf

X

FM 3-22.1 Bradley Gunnery, November 2003 http://www.combatindex.com/store/field_man/Sample/FM_3-22_1.pdf

X

FM 3-20.12M Tank Gunnery (Abrams) 12 February 2006 https://akocomm.us.army.mil/usapa/doctrine/DR_pubs/dr_c/pdf/fm3_20x12.pdf

X

FM 3-22.3 Stryker Gunnery, 9 March 2006 https://armypubs.us.army.mil/doctrine/DR_pubs/dr_c/pdf/fm3_22x3.pdf

X

FM 3-20.8 Scout Gunnery 15 August 2005 https://akocomm.us.army.mil/usapa/doctrine/DR_pubs/dr_c/pdf/fm3_20x8.pdf

X

FM 3-20.21 Heavy Brigade Combat Team (HBCT) Gunnery (Draft) 3 September 2009 https://armypubs.us.army.mil/doctrine/DR_pubs/dr_c/pdf/fm3_20x21.pdf

X

FM 3-04.140 Helicopter Gunnery 17 April 2006 http://www.cavalrypilot.com/pdfpubs/fm3_04x140.pdf

X

Page 101: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 101 of 146

DA PAM 350-38 STRAC 30 October 2014 http://www.atsc.army.mil/tcmlive/strac/MenuFY15.asp X FM 3-23.25 Shoulder-Launched Munitions 31 January 2006 http://armypubs.army.mil/doctrine/23_Series_Collection_1.html

X

TC 7-9 Infantry Live Fire Training, 8 April 2014 https://armypubs.us.army.mil/doctrine/DR_pubs/dr_aa/pdf/tc7_9.pdf

X

AR 350-19 Sustainable Range Program 4 November 2008 http://www.apd.army.mil/pdffiles/r350_19.pdf

X

AR 70-1 Army Acquisition Policy 22 July 2011 http://www.apd.army.mil/pdffiles/r70_1.pdf X CJCSI 3170.01F Chairman of the Joint Chiefs of Staff Instruction, J-8 Joint Capabilities Integration And Development System 1 March 2009 http://jitc.fhu.disa.mil/jitc_dri/pdfs/3170_01g.pdf

X

AR 385-63 Policies and Procedures for Firing Ammunition For Training and Target Practice, 29 March 2012 Combat http://www.apd.army.mil/pdffiles/r385_63.pdf

X

AR 385-64 Ammunition and Explosives Safety Standards 10 October 2013 http://www.apd.army.mil/pdffiles/p385_64.pdf

X

DA 385-63 Range Safety, 9 March 2013 http://www.apd.army.mil/pdffiles/r385_63.pdf X DA PAM 385-64 (C1) Ammunition And Explosives Safety Standards 24 May 2011 http://www.apd.army.mil/jw2/xmldemo/p385_64/main.asp

X

AR 415-15 Army Military Construction and Nonappropriated – Funded Construction Program Development and Execution 12 July 2006 http://www.aschq.army.mil/supportingdocs/r415_15.pdf

X

AR 350-38 Training Aids, Devices, Simulators And Simulations (TADSS) Policies, Acquisition, Fielding and Management 4 December 2008 http://www.apd.army.mil/pdffiles/r350_38.pdf

X

CEHNC 1110-1-23 Corps Of Engineers Design Guide For The Sustainable Range Program X FM 3-22.9 Rifle Marksmanship M16A1, M16A2/3, M16A4, and M4 Carbine 12 August 2008 http://armypubs.army.mil/doctrine/DR_pubs/dr_a/pdf/fm3_22x9.pdf

X

FM 3-23.35 Combat Training with Pistols, M9 and M11 12 August 2008 http://armypubs.army.mil/doctrine/DR_pubs/dr_a/pdf/fm3_23x35.pdf

X

FM 3-22.68 Crew-Served Machine Guns, 5.56-MM and 7.62-MM 21 July 2006 http://armypubs.army.mil/doctrine/DR_pubs/dr_a/pdf/fm3_22x68.pdf

X

TC 90-1 Training For Urban Operations 19 May 2008 https://armypubs.us.army.mil/doctrine/DR_pubs/dr_aa/pdf/tc90_1.pdf

X

FM 3-22.10 Sniper Training And Operations (Draft) 30 September 2013 http://www.sniperforums.com/forum/sop/17162-fm-3-22-10-sniper-training-operations.html

X

FM 3-22.65 Browning Machine Gun, Caliber .50 HB, M2 23 January 2003 https://armypubs.us.army.mil/doctrine/DR_pubs/dr_c/pdf/fm3_22x65.pdf

X

FM 3-22.31 MK 19, 40-MM Grenade Machine Gun, MOD 3, 17 November 2013 https://armypubs.us.army.mil/doctrine/DR_pubs/dr_aa/pdf/tm3_22x31.pdf

X

FM 3-22.1 Bradley Gunnery 28 November 2003 http://www.combatindex.com/store/field_man/Sample/FM_3-22_1.pdf

X

FM 3-20.12M Tank Gunnery (Abrams) 12 February 2006 http://www.armystudyguide.com/content/publications/field_manuals/fm-32012.shtml

X

FM 3-22.3 Stryker Gunnery 9 March 2006 https://armypubs.us.army.mil/doctrine/DR_pubs/dr_c/pdf/fm3_22x3.pdf

X

FM 3-20.8 Scout Gunnery 15 August 2005 http://www.armystudyguide.com/content/publications/field_manuals/fm-3208.shtml

X

FM 3-20.21 Heavy Brigade Combat Team (HBCT) Gunnery (Draft) September 2009 X

Page 102: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 102 of 146

https://armypubs.us.army.mil/doctrine/DR_pubs/dr_c/pdf/fm3_20x21.pdf FM 3-04.140 Helicopter Gunnery http://www.cavalrypilot.com/pdfpubs/fm3_04x140.pdf X ITAM Department of the Army, Army Regulation 350-19, The Army Sustainable Range Program, 30 August 2005 http://www.apd.army.mil/pdffiles/r350_19.pdf

X

Department of the Army Memorandum: Interim Guidance for ITAM Plans and Workplans, 22 November 2013 http://armypubs.army.mil/epubs/Active_Collection_1.html

X

Department of the Army, Range Complex Master Planning: A User Guide for U.S. Army Installations, Version 1.2, January 2014 http://www.asaie.army.mil/Public/ES/doc/Army%20Sustainability%20Report%202014.pdf

X

Department of the Army, Training Circular 25-1: Training Land, 15 March 2004 https://rdl.train.army.mil/catalog-ws/view/100.ATSC/7B5CE6BB-F52E-4147-AA00-97903F72FBF0-1274424734404/25-1/tc25-1.htm

X

Department of the Army, Army Pamphlet 415-28, Guide to Army Real Property Category Codes, 10 July 2013 http://armypubs.army.mil/epubs/pdf/p415_28.pdf

X

SRP GIS Department of the Army, Army Regulation 350-19, The Army Sustainable Range Program, 30 August 2005 http://www.apd.army.mil/pdffiles/r350_19.pdf

X

Department of the Army, Army Regulation 385-10, The Army Safety Program, 14 June 2012 Rapid Action Revision to 23 August 2007 http://www.apd.army.mil/pdffiles/r385_10.pdf

X

Department of the Army, Army Pamphlet 385-63, Army Range Safety, 30 January 2012 http://www.apd.army.mil/pdffiles/r385_63.pdf

X

Department of the Army, Army Pamphlet 385-64, Ammunition and Explosives Safety Standards, 24 May 2011 http://www.apd.army.mil/pdffiles/p385_64.pdf

X

Department of Defense Handbook (MIL-HDBK) 828B w/Change 1, Range Laser Safety, 5 May 2011 http://www.navsea.navy.mil/nswc/dahlgren/TIE/LASER/docs/mil-hdbk_828B.pdf

X

Department of the Army, Army Pamphlet 415-28, Guide to Army Real Property Category Codes, 10 July 2013 http://armypubs.army.mil/epubs/pdf/p415_28.pdf

X

Department of the Army, Memorandum: Data Standards for Integrating Computer Aided Drafting and Design (CADD), Geographic Information Systems (GIS) and Related Technologies, 16 October 2001 http://www.ngbpdc.ngb.army.mil/pubs/210/ngr210_20.pdf

X

Department of the Army Memorandum: Data Standards for Geographic Information Systems (GIS) and CADD Standards and Related Technologies, 20 April 2005 http://www.aec.army.mil/Services/Support/GeospatialInformationSystems.aspx

X

Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) ((Army Adaptation).).). Downloadable from the SDSFIE web page http://www.sdsfie.org/

X

Federal Geographic Data Committee (FGDC) Content Standards for Digital Geospatial Metadata. Downloadable from the FGDC web page: http://www.fgdc.gov/

X

Department of the Army, Range Complex Master Planning: A User Guide for U.S. Army Installations, Version 1.2, January 2014 http://www.apd.army.mil/pdffiles/p385_63.pdf

X

Department of the Army Memorandum: Interim Guidance for ITAM Plans and Workplans, 22 November 2013 http://64.78.11.86/uxofiles/enclosures/EESP_MMRP_November 13.pdf

X

Department of the Army, US Army Installation Geospatial Information & Services (IGI&S) Data Proponency, Common Installation Picture, and Quality Assurance Plans Memorandum, 15 August 2008 http://www.aec.army.mil/Services/Support/GeospatialInformationSystems.aspx

X

Page 103: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 103 of 146

Department of the Army Memorandum: DAMO-TRS SRP GIS Program Data Development Strategy, Phase 3 http://www.denix.osd.mil/sri/upload/SRR2012-Chapter4.pdf

X

Department of the Army Memorandum: G-37/TR Army Installation OACSIM GIS Requirements, 17 August 2007 https://www.bliss.army.mil/DPW/Environmental/documents/INRMP_FINAL_3Mar15.pdf

X

Department of the Army, SRP Geospatial Data Quality Assurance Plans, Phase 3, 01 February 2014 http://www.apd.army.mil/jw2/xmldemo/r115_13/main.asp

X

Department of the Army, Training Circular 25-8, Training Ranges, 20 May 2010 https://rdl.train.army.mil/catalog-ws/view/100.ATSC/7CB50080-987F-405E-8FFB-18EFD2EC9D5D-1274315821907/25-8/tc25_8.pdf

X

Department of the Army, Training Circular 25-1, Training Land, 15 March 2004 https://rdl.train.army.mil/catalog-ws/view/100.ATSC/7B5CE6BB-F52E-4147-AA00-97903F72FBF0-1274424734404/25-1/tc25-1.htm

X

Department of Defense, Executive Order 12906 Coordinating Geographic Data Acquisition and Access: The National Spatial Data Infrastructure, 11 April 1994. Downloadable from the Federal Geographic Data Committee (FGDC) web page: http://www.fgdc.gov/

X

Department of Defense, OMB Circular No. A–16: Coordination of Geographic Information and Related Spatial Data Activities, Revised 19 August 2002 https://www.whitehouse.gov/omb/circulars_a016_rev/

X

International Organization of Standards (ISO) TC / 211, 191XX series Geographic Information/Geomatics, Information downloadable from: http://www.isotc211.org/

X

Digital Information System Working Group (DGIWG) Feature and Attribute Data Registry, Information may be obtained at: https://www.dgiwg.org/FAD/

X

Department of the Army, Army Regulation 210-20, Real Property Master Planning for Army Installations, 16 May 2005 http://www.apd.army.mil/pdffiles/r210_20.pdf

X

Department of the Army, Army Knowledge Management Guidance Memorandum Number 1, 08 August 2001 https://chess.army.mil/Content/files/CIO%20G6%20Signed%20Collab%20Memo%202008.pdf

X

Department of the Army, Army Knowledge Management Guidance Memorandum Number 2, Implementation Guidance, 01 August 2002 http://ciog6.army.mil/Portals/1/Policy/2012/Rescind%20Obsolete%20CIO%20Policy_20OCT11.pdf

X

Department of the Army, Army Regulation 25-1: Army Information Management, 25 June 2013 http://www.apd.army.mil/pdffiles/r25_1.pdf

X

Department of the Army, Army Regulation 25-2, Information Assurance, 24 October 2007 (Supersedes AR 380-19) http://armypubs.army.mil/epubs/pdf/r25_2.pdf

X

Department of the Army, Military Installation Map Toolkit Functional Description Document Version 2.8, 31 August 2012 www.atsc.army.mil/.../W911S0-11-D-0039%20BAH

X

Department of the Army, SRP Metadata Editor Tool (SMET) Functional Description Document Version 3 1, 14 March 2013 http://filetypepdf.com/sr/srp-complex-pdf.html

X

Range Managers Toolkit (RMTK) Functional Description Document Version 4.0, 28 July 2011 http://gisinc.com/federal-government/military-training-ranges/

X

Department of the Army, FM 3-25.26 Map Reading and Land Navigation, November 2013 https://armypubs.us.army.mil/doctrine/DR_pubs/dr_c/pdf/tc3_25x26.pdf

X

Department of the Army, FM 21-31 Topographic Symbols, 19 June 1961 http://www.castpics.net/pdfs/m/AR/fm_21-31%20-%20Topographic%20Symbols.pdf

X

Page 104: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 104 of 146

Department of Defense, MIL-STD-600001 DoD Standard Practice, Mapping, Charting, and Geodesy, 26 February 1990 http://earth-info.nga.mil/publications/specs/printed/600001/600001_Accuracy.pdf

X

Department of Defense, MIL-T-89301A Military Specifications 1:50,000 Scale Topographic Maps, 28 February 1995 http://earth-info.nga.mil/publications/specs/printed/89301/89301A.pdf

X

National Imagery and Mapping Agency (NIMA), PS/3AH/101 Product Specifications for Topographic Military Installation Map Supporting Mark 90 Systems, March 1983 :armypubs.army.mil/doctrine/DR.../fm3_22x68.pdf

X

Department of the Army Memorandum: Army Knowledge Management Guidance Memorandum Number 1, 7 September 2004 http://usacac.army.mil/cac2/AOKM/AKM%20%205%20Signed%20Final.pdf

X

Department of the Army Memorandum: Army Knowledge Management Guidance Memorandum Number 2, Implementation Guidance, 6 February 2008 https://chess.army.mil/Content/files/CIO%20G6%20Signed%20Collab%20Memo%202008.pdf

X

Department of the Army, Army Regulation 25-1, Army Information Management, 25 June 2013 http://www.apd.army.mil/pdffiles/r25_1.pdf

X

Department of the Army, Army Regulation 25-2, Information Assurance (IA), 24 October 2007, RAR 23 March 2009 (Supersedes AR 380-19) http://armypubs.army.mil/epubs/pdf/r25_2.pdf

X

Department of Defense, DoD Information Assurance Certification and Accreditation Process (DIACAP) Handbook, 12 March 2014 http://www.dtic.mil/whs/directives/corres/pdf/851001_2014.pdf

X

Department of Defense, Department of Defense Directive (DoDD) 8500.1 IA, 14 March 2014 www.dtic.mil/whs/directives/corres/pdf/850001_2014.pdf

X

Department of Defense, Department of Defense Instruction 8500.2 IA Implementation, 6 February 2003 www.dtic.mil/whs/directives/corres/pdf/850001_2014.pdf

X

Department of Defense, Department of Defense Directive 8570.01 IA Training, Certification, and Workforce Management, 19 December 2005 www.dtic.mil/whs/directives/corres/pdf/857001m.pdf

X

Department of Defense, Department of Defense 8570.01-M– IA Workforce Improvement Program, Change 1, 15 May 2008 www.dtic.mil/whs/directives/corres/pdf/857001m.pdf

X

Department of the Army Memorandum: Manpower and Reserve Affairs, Payment of Expenses to Obtain Professional Credentials for Army Civilian Employees, 20 June 2003 http://www.asmconline.org/wp-content/uploads/2011/05/Memorandum-_2_.pdf

X

Department of the Army Memorandum: IA (IA) Training and Certification Tracking System, 8 August 2007 https://ia.signal.army.mil/docs/pub.trainingandcertificationbbpfinal10.pdf

X

Department of the Army, Sustainable Range Program Esri Agency Central Support Standard Operating Procedure (SOP), 1 October 2012 www.mil.state.or.us/Agi-E/.../CpA_Final_INRMP_Complete

X

Department of the Army, Sustainable Range Program Esri Enterprise License Agreement (ELA) Management SOP, 15 November 2012 www.ersi.com

X

Department of the Army, Army Regulation 525-13, Antiterrorism, 11 September 2008 https://armypubs.us.army.mil/epubs/dr_pubs/dr_b/pdf/r525_13.pdf

X

Department of the Army, Army Regulation 530-1, Operations Security, 26 September 2014 http://armypubs.army.mil/epubs/pdf/r530_1.pdf

X

United States Forces Korea (USFK) Regulation 700-19, The Invited Contractor and Technical Representative Program, 4 June 2007 http://ommgf.com/file-doctc/1wHa/usfk-reg-700-19-the-invited-contractor-and-technical.html

X

Page 105: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 105 of 146

Department of Defense, Department of Defense Directive 4500.36-5, Acquisition, Management, and Use of Non-Tactical Vehicles (NTVs), 11 December 2012 www.dtic.mil/whs/directives/corres/pdf/450036p.pdf

X

Department of the Army, Army Regulation 600-55, The Army Driver and Operator Standardization Program (Selection, Training, Testing, and Licensing), 18 June 2007 www.apd.army.mil/pdffiles/r600_55.pdf

X

COMBAT TRAINING CENTER DoD Directive 5000.020, Operation of the Defense Acquisition System, 25 November 2013 (Interim Instructions) http://www.defense.gov/news/newsarticle.aspx?id=123923

X

CJCSI 3170.01G, Joint Capabilities and Development System, 10 January 2012 https://acc.dau.mil/CommunityBrowser.aspx?id=267681

CJCSM 3500.04.F Universal Joint Task Manual, 1 June 2011 http://www.dtic.mil/cjcs_directives/cdata/unlimit/m350004.pdf

X

AR 350-1, Army Training and Leader Development 19 August 2014, www.apd.army.mil/pdffiles/r350_1.pdf

X

AR 350-2, Opposing Force (OPFOR) Program 9 April 2004, http://armypubs.army.mil/epubs/pdf/r350_2.pdf

X

AR 350-38 Training Aids, Devices, Simulators and Simulations (TADSS) Policies, Acquisition, Fielding and Management http://www.apd.army.mil/pdffiles/r350_38.pdf

X

AR 350-50, Combat Training Center Program http://www.apd.army.mil/pdffiles/r350_50.pdf X ADP 3-0, Unified Land Operations 10 October 2011 http://armypubs.army.mil/doctrine/dr_pubs/dr_a/pdf/adp3_0.pdf

X

ADP 7-0, Training Units and Developing Leaders 23 August 2012 http://armypubs.army.mil/doctrine/dr_pubs/dr_a/pdf/adp3_0.pdf

X

FM 7-15 The Army Universal Task List Change 10, 29 June 2012 http://armypubs.army.mil/doctrine/DR_pubs/dr_a/pdf/fm7_15c10.pdf

X

FM 7-100 Series Opposing Forces (OPFOR) Doctrine, Organization & Training December 2004 http://armypubs.army.mil/doctrine/dr_pubs/dr_a/pdf/fm7_100x1.pdf

X

ADP 3-0 Unified Land 10 October 2011 http://armypubs.army.mil/doctrine/dr_pubs/dr_a/pdf/adp3_0.pdf

X

TR 71-20 Concept Development, Capabilities Determination, and Capabilities Integration 28 June 2013 http://www.tradoc.army.mil/tpubs/regs/tr71-20.pdf

1. Combat Training Centers Master Plan for the FY 16-20 POM 3 April 2013 www.apd.army.mil/jw2/xmldemo/r350_50/main.asp

X

1. Combat Training Center Instrumentation System (CTC-IS) CPD, 20 January 2011 www.peostri.army.mil/.../2011/.../2011-11-29_TSIS-...

X

One Tactical Engagement Simulation System (One TESS), December 2004 www.peostri.army.mil/PRODUCTS/ONETESS/

X

Multiple Integrated Laser Engagement System (MILES) 2000, 20 November 2012 www.peostri.army.mil/PRODUCTS/IMILES_SLM

X

Opposing Force (OPFOR) Surrogate Track Vehicle (OSTV), approved 1997 http://www.tradoc.army.mil/historian/pubs/chap3.htm

X

Opposing Force (OPFOR) Surrogate Wheeled Vehicle (OSWV), draft 2000 X Army Training Strategy, 3 October 2012 https://www.lt2portal.org/FileGatekeeper.aspx?.../ X

Page 106: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 106 of 146

MISSION TRAINING COMPLEX Department of the Army, Army Regulation 25-1: Army Knowledge Management and Information Technology, http://www.apd.army.mil/pdffiles/r25_1.pdf 25 June 2013

X

Department of the Army, Army Regulation 25-2: Information Assurance, 24 October 2007 http://armypubs.army.mil/epubs/pdf/r25_2.pdf

X

Department of the Army, Army Regulation 25-400-2: The Army Records Information Management System (ARIMS), 2 October 2007 http://www.apd.army.mil/pdffiles/r25_400_2.pdf

X

Department of the Army, Army Regulation 380-5: Department of the Army Information Security Program, 29 September 2000 http://www.apd.army.mil/pdffiles/r380_5.pdf

X

Department of Defense, DoD 5200.2-R: Personnel Security Program, January 1987 (incorporating Change 3, 23 February 1996) http://www.apd.army.mil/pdffiles/ad2014_05.pdf

X

Department of Defense, DD Form 254: Contract Security Classification Specification, December 1999 http://www.dsca.mil/contracting/solicitation/documents/DD254%20%20-%20Fillable.pdf

X

SOLDIER TRAINING SUPPORT TRADOC Regulation 350-70, Army Training and Education Development: Management, Processes, Products, and Delivery 6 Dec 11 http://www.tradoc.army.mil/tpubs/regndx.htm

X

TRADOC Regulation 71-20 Concept Development, Experimentation, And Requirements Determination 28 June 2013 http://www.tradoc.army.mil/tpubs/regs/tr71-20.pdf

X

AR 350-38 Training Aids, Devices, Simulators and Simulations (TADSS) Policies, Acquisition, Fielding and Management: 28 March 2013 http://www.apd.army.mil/pdffiles/r350_38.pdf

X

Training Developer’s Guide for Training Support System Integration and Capabilities Documentation 23 February 2013, http://www.tradoc.army.mil/tpubs/regs/tr71-20.pdf

X

TRADOC PAM 350-9, Training Devices for Army Wide Use http://www.apd.army.mil/pdffiles/r350_9.pdf

X

TRADOC PAM 71-9 Requirements Determination 23 February 2011 http://www.tradoc.army.mil/tpubs/regs/tr71-20.pdf

X

COMBAT TRAINING DEVELOPMENT CAPABILITY Department of the Army, Army Regulation 5-11: Management of Army Models and Simulations, 30 May 2014 http://www.apd.army.mil/pdffiles/r5_11.pdf

X

Department of the Army, Army Regulation 25-1: Army Knowledge Management and Information Technology, 25 June 2013 http://www.apd.army.mil/pdffiles/r25_1.pdf

X

Department of the Army, Army Regulation 25-2: Information Assurance, 23 March 2009 http://www.apd.army.mil/pdffiles/r25_2.pdf

X

Department of the Army, Army Regulation 25-50: Preparing and Managing Correspondence, 17 May 2013 http://www.apd.army.mil/pdffiles/r25_50.pdf

X

Department of the Army, Army Regulation 70-1: Army Acquisition Policy, 22 July 2011 http://www.apd.army.mil/pdffiles/r70_1.pdf

X

Department of the Army, Army Regulation 71-9: Materiel Requirements, 28 December 2009, X

FORSCOM REG 350-50-1, Training at the National Training Center, 20 January 2010 http://www.irwin.army.mil/RotationalInfo/350-1/Documents/Appendix_O.pdf

X

FORSCOM REG 350-50-2, Training at the Joint Readiness Training Center 12 June 1988 http://www.irwin.army.mil/CommandGroupUnits/rc/Documents/FORSCOM%20Regulation%20350-2%20Reserve%20Component%20Training.pdf

X

NTC Exercise Operating Directive (EXXOP ROE) http://www.irwin.army.mil/RotationalInfo/350-1/Documents/NTC%20REG%20350_1_CONSOLIDATED.pdf

X

Page 107: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 107 of 146

http://www.apd.army.mil/jw2/xmldemo/r71_9/cover.asp Department of the Army, Army Regulation 350-38: Training Device Policies and Management, 15 October 1993 http://www.apd.army.mil/pdffiles/r350_38.pdf

X

Department of the Army, Army Regulation 735-5: Policies and Procedures for Property Accountability, 22 August 2013 http://www.apd.army.mil/pdffiles/r735_5.pdf

X

Department of the Army, Army Pamphlet 5-11: Verification, Validation, and Accreditation of Army Models and Simulations, 30 September 1999 http://www.apd.army.mil/pdffiles/p5_11.pdf

X

GUIDANCE Mandatory

Advisory

Department of the Army, Army Warfighting Capabilities Interim Implementation Guidance, 28 September 2007 http://www.g8.army.mil/pdf/AEG_20June2013_lq.pdf

X

Department of Defense, DoD Directive 5000.01: The Defense Acquisition System, 12 May 2003 https://acc.dau.mil/CommunityBrowser.aspx?id=314789

X

Department of Defense, DoD Instruction 5000.2: Operation of the Defense Acquisition System, 7 January 2015 http://www.dtic.mil/whs/directives/corres/pdf/500002p.pdf

X

Department of Defense, DoD Instruction 8500.2: Information Assurance (IA) Implementation, 6 February 2003 http://www.cac.mil/docs/DoDD-8500.2.pdf

X

Training and Doctrine Command, TRADOC Regulation 10-5-4: United States Army Combined Arms Center, 16 November 2010 February 2006 http://www.tradoc.army.mil/tpubs/regs/tr10-5-4.pdf

X

Training and Doctrine Command, TRADOC Regulation 71-12: TRADOC System Management, 3 October 2012 http://www.tradoc.army.mil/tpubs/regs/TR71-12.pdf

X

Training and Doctrine Command, TRADOC Regulation 71-20: Concept Development, Experimentation and Requirements Determination 28 June 2013 http://www.tradoc.army.mil/tpubs/regs/tr71-20.pdf

X

Training and Doctrine Command, TRADOC Regulation 350-50-3: Battle Command Training Program, 23 June 2014 http://www.tradoc.army.mil/tpubs/regs/TR350-50-3.pdf

X

Training and Doctrine Command, TRADOC Regulation 350-70: Systems Approach to Training Management, Processes, and Products, 6 Dec 2011 http://www.tradoc.army.mil/tpubs/regs/TR350-70.pdf

X

Chairman of the Joint Chiefs of Staff Manual, CJCSM 3170.01C: Operation of the Joint Capabilities Integration and Development System, 1 May 2007 https://acc.dau.mil/adl/en-US/155093/file/29339/CJCSM%203170-01C-Master.pdf

X

Chairman of the Joint Chiefs of Staff Instruction, CJCSI 3170.01F: Joint Capabilities Integration and Development System, 1 May 2007 http://jitc.fhu.disa.mil/jitc_dri/pdfs/3170_01f.pdf

X

Joint Requirements Oversight Council Manual, JROCM 011-06: JROC Administrative Guide, 9 March 2006 (Document embedded and links when highlighted)

X

Refer to http://www.tradoc.army.mil/tpubs/regs/r350-70/350_70_app_j.htm for information on System Training Plans (STRAPS)

X

Refer to http://strap/atsc.army.mil/swt for information on Army Training Support Center (ATSC) STRAP Authoring Tool

X

Page 108: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 108 of 146

Page 109: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 109 of 146

Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 N/A N/A N/A Government 0002 N/A N/A N/A Government 0003 N/A N/A N/A Government 0004 N/A N/A N/A Government 0005 N/A N/A N/A Government 0006 N/A N/A N/A Government CLAUSES INCORPORATED BY REFERENCE 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984

Page 110: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 110 of 146

Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 POP 21-DEC-2017 TO

20-DEC-2022 N/A ARMY TRAINING SUPPORT CENTER

(ATSC) PATRICK BEATTY 1900 JACKSON AVE FORT EUSTIS VA 23604 757-878-0531 FOB: Destination

W26R1P

0002 POP 21-DEC-2017 TO

20-DEC-2022 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination W26R1P

0003 POP 21-DEC-2017 TO

20-DEC-2022 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination W26R1P

0004 POP 21-DEC-2017 TO

20-DEC-2022 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination W26R1P

0005 POP 21-DEC-2017 TO

20-DEC-2022 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination W26R1P

0006 POP 21-DEC-2017 TO

20-DEC-2022 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination W26R1P

0007 POP 21-DEC-2017 TO

20-DEC-2022 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination W26R1P

0008 POP 21-DEC-2017 TO

20-DEC-2022 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination W26R1P

CLAUSES INCORPORATED BY REFERENCE 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay Of Work APR 1984

Page 111: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 111 of 146

Section G - Contract Administration Data CLAUSES INCORPORATED BY REFERENCE 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013

Page 112: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 112 of 146

Section H - Special Contract Requirements SECTION H H.1 Ordering Procedures (FAR 16.505(b)). Issuance of Task Orders: Awardees shall be given a fair opportunity to be considered for each order based on the procedures summarized IAW FAR 16.505(b). H.2 MAIDIQ Ombudsman. The Ombudsman for this MAIDIQ will be: Ms Kimberly A. Wentrcek HQ Mission and Installation Contracting Command (MICC) 2219 Infantry Post Road JBSA Ft Sam Houston TX 78234-1361 Phone: (210)466-2277 Email: [email protected] H. 3 Cost Plus Fixed Fee (CPFF) Task Orders The Government anticipates that approximately one (1) to two (2) task orders per year may be solicited on a CPFF basis. The determination to issue on a CPFF basis will only be made if the task order meets the requirements of the FAR for a cost type contract and a Determination is made that it is in the best interest of the Government for a CPFF pricing arrangement. The anticipated volume in relation to the total contract in dollars is expected to be no more than 15% of the dollars. The Government is not conducting an evaluation of a cost type task order for the award of the MAIDIQ and the evaluation of any future cost type task orders will be conducted after award of the MAIDIQ contracts. The Government considers the number and volume of the anticipated cost type task orders to be a minimal amount in relation to the whole of the vehicle. Types of task orders: The type of task orders that are authorized for use under this Multiple Award IDIQ vehicle is Firm Fixed Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) with reimbursable line items for Other Direct Costs---Travel and Materials. Fair Opportunity: The Government will provide fair opportunity to all contract holders as noted above, unless an exception to fair opportunity applies. Each fair opportunity will be executed using a Request for Task Order Proposal (RTOP) or similar requests. The RTOP will include submission requirements, evaluation criteria, and other information specific to the requirement. The Contractor shall submit a Task Order Proposal (TOP) in response to RTOPs. The TOP shall include the Contractor’s approach to satisfying the Government requirements, Organizational Conflicts of Interest (OCI)/OCI Mitigation Plan (if required), and price. The following streamlined procedures will be used for providing fair opportunity; evaluation of prior task order performance, streamlined evaluation of the task order requirements, lowest priced technical acceptability may be used. In rare cases a full tradeoff method may be used.

Page 113: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 113 of 146

Exceptions to Fair Opportunity: The Government will provide fair opportunity to all contract holders as noted above, unless an exception to fair opportunity applies. When an exception to fair opportunity exists, the Contracting Officer, upon receipt of the task order requirement, will make a determination at that time to include documentation / justification of the exception to fair opportunity. H.4. Labor Category Pricing Matrix. The Pricing Matrix sets forth the labor categories that shall be used and the maximum rates that may be paid/reimbursed under this contract. These rates are inclusive of prime labor, subcontract labor, overhead and other burden, and profit. In isolated cases, additional labor categories may be added at the task order level with the express written consent of the Contracting Officer , if, in the judgment of the Contracting Officer, they are necessary because the existing labor categories do not adequately reflect a skill set that is required. Requests to add additional labor categories shall be commensurate with the pricing methodology employed to establish the rates awarded with the basic contract.

Page 114: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 114 of 146

Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or

Improper Activity MAY 2014

52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal

Transactions OCT 2010

52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015 52.203-14 Display of Hotline Poster(s) OCT 2015 52.203-15 Whistleblower Protections Under the American Recovery and

Reinvestment Act of 2009 JUN 2010

52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement

To Inform Employees of Whistleblower Rights APR 2014

52.204-1 Approval of Contract DEC 1989 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber

Content Paper MAY 2011

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier

Subcontract Awards OCT 2015

52.204-12 Data Universal Numbering System Number Maintenance DEC 2012 52.204-13 System for Award Management Maintenance JUL 2013 52.204-15 Service Contract Reporting Requirements for Indefinite-

Delivery Contracts JAN 2014

52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

OCT 2015

52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters

JUL 2013

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

NOV 2015

52.210-1 Market Research APR 2011 52.215-2 Audit and Records--Negotiation OCT 2010 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.215-11 Price Reduction for Defective Certified Cost or Pricing Data--

Modifications AUG 2011

52.215-13 Subcontractor Certified Cost or Pricing Data--Modifications OCT 2010 52.215-14 Integrity of Unit Prices OCT 2010 52.215-15 Pension Adjustments and Asset Reversions OCT 2010 52.215-17 Waiver of Facilities Capital Cost of Money OCT 1997 52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits

(PRB) Other than Pensions JUL 2005

52.215-19 Notification of Ownership Changes OCT 1997 52.215-23 Alt I Limitations on Pass-Through Charges (Oct 2009) - Alternate I OCT 2009 52.216-7 Allowable Cost And Payment JUN 2013 52.216-8 Fixed Fee JUN 2011

Page 115: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 115 of 146

52.216-22 Indefinite Quantity OCT 1995 52.219-4 Notice of Price Evaluation Preference for HUBZone Small

Business Concerns OCT 2014

52.219-8 Utilization of Small Business Concerns OCT 2014 52.219-16 Liquidated Damages-Subcontracting Plan JAN 1999 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-4 Contract Work Hours and Safety Standards- Overtime

Compensation MAY 2014

52.222-17 Nondisplacement of Qualified Workers MAY 2014 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2016 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment

Exceeding $15,000 MAY 2014

52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity APR 2015 52.222-29 Notification Of Visa Denial APR 2015 52.222-35 Equal Opportunity for Veterans OCT 2015 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37 Employment Reports on Veterans OCT 2015 52.222-40 Notification of Employee Rights Under the National Labor

Relations Act DEC 2010

52.222-41 Service Contract Labor Standards MAY 2014 52.222-43 Fair Labor Standards Act And Service Contract Labor

Standards - Price Adjustment (Multiple Year And Option Contracts)

MAY 2014

52.222-50 Combating Trafficking in Persons MAR 2015 52.222-54 Employment Eligibility Verification OCT 2015 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-7 Notice Of Radioactive Materials JAN 1997 52.223-10 Waste Reduction Program MAY 2011 52.223-13 Acquisition of EPEAT - Registered Imaging Equipment (Jun

2014) JUN 2014

52.223-14 Acquisition of EPEAT -Registered Televisions JUN 2014 52.223-15 Energy Efficiency in Energy-Consuming Products DEC 2007 52.223-16 Acquisition of EPEAT®-Registered Personal Computer

Products OCT 2015

52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts

MAY 2008

52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving

AUG 2011

52.223-19 Compliance with Environmental Management Systems MAY 2011 52.224-1 Privacy Act Notification APR 1984 52.224-2 Privacy Act APR 1984 52.225-5 Trade Agreements FEB 2016 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.226-1 Utilization Of Indian Organizations And Indian-Owned

Economic Enterprises JUN 2000

52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright

Infringement DEC 2007

52.227-3 Patent Indemnity APR 1984 52.227-14 Rights in Data--General MAY 2014

Page 116: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 116 of 146

52.227-19 Commercial Computer Software License DEC 2007 52.227-23 Rights to Proposal Data (Technical) JUN 1987 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.229-3 Federal, State And Local Taxes FEB 2013 52.229-4 Federal, State, And Local Taxes (State and Local

Adjustments) FEB 2013

52.230-2 Cost Accounting Standards OCT 2015 52.230-3 Disclosure And Consistency Of Cost Accounting Practices OCT 2015 52.230-6 Administration of Cost Accounting Standards JUN 2010 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-11 Extras APR 1984 52.232-17 Interest MAY 2014 52.232-18 Availability Of Funds APR 1984 52.232-19 Availability Of Funds For The Next Fiscal Year APR 1984 52.232-20 Limitation Of Cost APR 1984 52.232-22 Limitation Of Funds APR 1984 52.232-23 Assignment Of Claims MAY 2014 52.232-25 Prompt Payment JUL 2013 52.232-33 Payment by Electronic Funds Transfer--System for Award

Management JUL 2013

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business

Subcontractors DEC 2013

52.233-1 Disputes MAY 2014 52.233-1 Alt I Disputes (May 2014) - Alternate I DEC 1991 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And

Vegetation APR 1984

52.237-3 Continuity Of Services JAN 1991 52.237-11 Accepting and Dispensing of $1 Coin SEP 2008 52.239-1 Privacy or Security Safeguards AUG 1996 52.242-1 Notice of Intent to Disallow Costs APR 1984 52.242-3 Penalties for Unallowable Costs MAY 2014 52.242-4 Certification of Final Indirect Costs JAN 1997 52.242-13 Bankruptcy JUL 1995 52.243-1 Changes--Fixed Price AUG 1987 52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I APR 1984 52.243-2 Changes--Cost-Reimbursement AUG 1987 52.243-7 Notification Of Changes APR 1984 52.244-2 Subcontracts OCT 2010 52.244-5 Competition In Subcontracting DEC 1996 52.244-6 Subcontracts for Commercial Items FEB 2016 52.245-9 Use And Charges APR 2012 52.248-1 Value Engineering OCT 2010 52.249-2 Termination For Convenience Of The Government (Fixed-

Price) APR 2012

52.250-1 Indemnification Under Public Law 85-804 APR 1984 52.251-1 Government Supply Sources APR 2012 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD

Officials SEP 2011

252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies

DEC 2008

Page 117: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 117 of 146

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 CLAUSES INCORPORATED BY FULL TEXT 252.203-7004 DISPLAY OF HOTLINE POSTERS (OCT 2015) (a) Definition. United States, as used in this clause, means the 50 States, the District of Columbia, and outlying areas. (b) Display of fraud hotline poster(s). (1) The Contractor shall display prominently the DoD fraud hotline poster, prepared by the DoD Office of the Inspector General, in common work areas within business segments performing work in the United States under Department of Defense (DoD) contracts. (2) If the contract is funded, in whole or in part, by Department of Homeland Security (DHS) disaster relief funds, the DHS fraud hotline poster shall be displayed in addition to the DoD fraud hotline poster. If a display of a DHS fraud hotline poster is required, the Contractor may obtain such poster from the appropriate DHS contact information or Web site. (c) Display of combating trafficking in persons and whistleblower protection hotline posters. The Contractor shall display prominently the DoD Combating Trafficking in Persons and Whistleblower Protection hotline posters, prepared by the DoD Office of the Inspector General, in common work areas within business segments performing work under DoD contracts. (d)(1) These DoD hotline posters may be obtained from: Defense Hotline, The Pentagon, Washington, DC 20301-1900, or are also available via the internet at http://www.dodig.mil/hotline/hotline_posters.htm. (2) If a significant portion of the employee workforce does not speak English, then the posters are to be displayed in the foreign languages that a significant portion of the employees speak. Contact the DoD Inspector General at the address provided in paragraph (d)(1) of this clause if there is a requirement for employees to be notified of this clause and assistance with translation is required. (3) Additionally, if the Contractor maintains a company Web site as a method of providing information to employees, the Contractor shall display an electronic version of these required posters at the Web site. (e) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts that exceed $5.5 million except when the subcontract is for the acquisition of a commercial item. (End of clause) CLAUSES INCORPORATED BY REFERENCE 252.204-7002 Payment For Subline Items Not Separately Priced DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7005 Oral Attestation of Security Responsibilities NOV 2001 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By

The Government of a Country that is a State Sponsor of Terrorism

OCT 2015

252.211-7000 Acquisition Streamlining OCT 2010

Page 118: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 118 of 146

CLAUSES INCORPORATED BY FULL TEXT 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) (a) Definitions. As used in this clause' Automatic identification device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. Concatenated unique item identifier means-- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. Data Matrix means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022. Data qualifier means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. DoD recognized unique identification equivalent means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. DoD item unique identification means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. Enterprise means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. Enterprise identifier means a code that is uniquely assigned to an enterprise by an issuing agency. Government's unit acquisition cost means-- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery.

Page 119: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 119 of 146

Issuing agency means an organization responsible for assigning a globally unique identifier to an enterprise (e.g., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government Entity (NCAGE)/Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.nen.nl/Normontwikkeling/Certificatieschemas-en-keurmerken/Schemabeheer/ISOIEC-15459.htm. Issuing agency code means a code that designates the registration (or controlling) authority for the enterprise identifier. Item means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. Lot or batch number means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. Machine-readable means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. Original part number means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. Parent item means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. Serial number within the enterprise identifier means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. Serial number within the part, lot, or batch number means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. Serialization within the enterprise identifier means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. Serialization within the part, lot, or batch number means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. Type designation means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto. Unique item identifier means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. Unique item identifier type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html.

Page 120: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 120 of 146

(b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items: N/A (ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table: ------------------------------------------------------------------------ Contract line, subline, or exhibit line item No. Item description ------------------------------------------------------------------------ ................................... ------------------------------------------------------------------------ (If items are identified in the Schedule, insert ``See Schedule'' in this table.) (iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number ----. (iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number ----. (v) Any item not included in paragraphs (c)(1)(i), (ii), (iii), or (iv) of this clause for which the contractor creates and marks a unique item identifier for traceability. (2) The unique item identifier assignment and its component data element combination shall not be duplicated on any other item marked or registered in the DoD Item Unique Identification Registry by the contractor. (3) The unique item identifier component data elements shall be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology--International symbology specification--Data matrix; ECC200 data matrix specification. (4) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that-- (i) The data elements (except issuing agency code) of the unique item identifier are encoded within the data matrix symbol that is marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and

Page 121: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 121 of 146

(ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology-Transfer Syntax for High Capacity Automatic Data Capture Media. (5) Unique item identifier. (i) The Contractor shall-- (A) Determine whether to-- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent (e.g. Vehicle Identification Number); and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: Original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in MIL-STD-130, Identification Marking of U.S. Military Property, latest version; (C) Label shipments, storage containers and packages that contain uniquely identified items in accordance with the requirements of MIL-STD-129, Military Marking for Shipment and Storage, latest version; and (D) Verify that the marks on items and labels on shipments, storage containers, and packages are machine readable and conform to the applicable standards. The contractor shall use an automatic identification technology device for this verification that has been programmed to the requirements of Appendix A, MIL-STD-130, latest version. (ii) The issuing agency code-- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires item unique identification under paragraph (c)(1)(i), (ii), or (iv) of this clause or when item unique identification is provided under paragraph (c)(1)(v), in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number).

Page 122: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 122 of 146

(8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. (12) Type designation of the item as specified in the contract schedule, if any. (13) Whether the item is an item of Special Tooling or Special Test Equipment. (14) Whether the item is covered by a warranty. ** Once per item. (e) For embedded subassemblies, components, and parts that require DoD item unique identification under paragraph (c)(1)(iii) of this clause or when item unique identification is provided under paragraph (c)(1)(v), the Contractor shall report as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows: (1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/. (2) Embedded items shall be reported by one of the following methods--

Page 123: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 123 of 146

(i) Use of the embedded items capability in WAWF; (ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or (iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ----, Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423. (g) Subcontracts. If the Contractor acquires by contract any items for which item unique identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial items. (End of clause) CLAUSES INCORPORATED BY REFERENCE 252.215-7000 Pricing Adjustments DEC 2012 252.215-7002 Cost Estimating System Requirements DEC 2012 252.215-7004 Requirement for Submission of Data Other Than Certified

Cost or Pricing Data--Modifications-Canadian Commercial Corporation.

OCT 2013

252.215-7006 Use of Employees or Individual Subcontractors Who Are Members of the Selected Reserve

OCT 2008

252.219-7003 Alt I Small Business Subcontracting Plan (DoD Contracts)(MAR 2016) Alternate I

MAR 2016

252.223-7002 Safety Precautions For Ammunition And Explosives MAY 1994 252.223-7003 Changes In Place Of Performance--Ammunition And

Explosives DEC 1991

252.223-7004 Drug Free Work Force SEP 1988 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or

Hazardous Materials SEP 2014

252.223-7007 Safeguarding Sensitive Conventional Arms, Ammunition, and Explosives

SEP 1999

252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014)

NOV 2014

252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7004 Report of Intended Performance Outside the United States

and Canada--Submission after Award OCT 2015

252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.225-7021 Trade Agreements--Basic (OCT 2015) OCT 2015 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments

Program--Basic (Nov 2014) NOV 2014

CLAUSES INCORPORATED BY FULL TEXT 252.225-7040 CONTRACTOR PERSONNEL SUPPORTING U.S. ARMED FORCES DEPLOYED OUTSIDE THE UNITED STATES (OCT 2015) (a) Definitions. As used in this clause--

Page 124: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 124 of 146

Combatant Commander means the commander of a unified or specified combatant command established in accordance with 10 U.S.C. 161. Contractors authorized to accompany the Force, or CAAF, means contractor personnel, including all tiers of subcontractor personnel, who are authorized to accompany U.S. Armed Forces in applicable operations and have been afforded CAAF status through a letter of authorization. CAAF generally include all U.S. citizen and third-country national employees not normally residing within the operational area whose area of performance is in the direct vicinity of U.S. Armed Forces and who routinely are collocated with the U.S. Armed Forces (especially in non-permissive environments). Personnel collocated with U.S. Armed Forces shall be afforded CAAF status through a letter of authorization. In some cases, Combatant Commander subordinate commanders may designate mission-essential host nation or local national contractor employees (e.g., interpreters) as CAAF. CAAF includes contractors previously identified as contractors deploying with the U.S. Armed Forces. CAAF status does not apply to contractor personnel in support of applicable operations within the boundaries and territories of the United States. Designated operational area means a geographic area designated by the combatant commander or subordinate joint force commander for the conduct or support of specified military operations. Designated reception site means the designated place for the reception, staging, integration, and onward movement of contractors deploying during a contingency. The designated reception site includes assigned joint reception centers and other Service or private reception sites. Law of war means that part of international law that regulates the conduct of armed hostilities. The law of war encompasses all international law for the conduct of hostilities binding on the United States or its individual citizens, including treaties and international agreements to which the United States is a party, and applicable customary international law. Non-CAAF means personnel who are not designated as CAAF, such as local national (LN) employees and non-LN employees who are permanent residents in the operational area or third-country nationals not routinely residing with U.S. Armed Forces (and third-country national expatriates who are permanent residents in the operational area) who perform support functions away from the close proximity of, and do not reside with, U.S. Armed Forces. Government-furnished support to non-CAAF is typically limited to force protection, emergency medical care, and basic human needs (e.g., bottled water, latrine facilities, security, and food when necessary) when performing their jobs in the direct vicinity of U.S. Armed Forces. Non-CAAF status does not apply to contractor personnel in support of applicable operations within the boundaries and territories of the United States. Subordinate joint force commander means a sub-unified commander or joint task force commander. (b) General. (1) This clause applies to both CAAF and non-CAAF when performing in a designated operational area outside the United States to support U.S. Armed Forces deployed outside the United States in-- (i) Contingency operations; (ii) Peace operations, consistent with Joint Publication 3-07.3; or (iii) Other military operations or military exercises, when designated by the Combatant Commander or as directed by the Secretary of Defense. (2) Contract performance in support of U.S. Armed Forces deployed outside the United States may require work in dangerous or austere conditions. Except as otherwise provided in the contract, the Contractor accepts the risks associated with required contract performance in such operations.

Page 125: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 125 of 146

(3) When authorized in accordance with paragraph (j) of this clause to carry arms for personal protection, Contractor personnel are only authorized to use force for individual self-defense. (4) Unless immune from host nation jurisdiction by virtue of an international agreement or international law, inappropriate use of force by contractor personnel supporting the U.S. Armed Forces can subject such personnel to United States or host nation prosecution and civil liability (see paragraphs (d) and (j)(3) of this clause). (5) Service performed by Contractor personnel subject to this clause is not active duty or service under 38 U.S.C. 106 note. (c) Support. (1)(i) The Combatant Commander will develop a security plan for protection of Contractor personnel in locations where there is not sufficient or legitimate civil authority, when the Combatant Commander decides it is in the interests of the Government to provide security because-- (A) The Contractor cannot obtain effective security services; (B) Effective security services are unavailable at a reasonable cost; or (C) Threat conditions necessitate security through military means. (ii) In appropriate cases, the Combatant Commander may provide security through military means, commensurate with the level of security provided DoD civilians. (2)(i) Generally, CAAF will be afforded emergency medical and dental care if injured while supporting applicable operations. Additionally, non-CAAF employees who are injured while in the vicinity of U.S. Armed Forces will normally receive emergency medical and dental care. Emergency medical and dental care includes medical care situations in which life, limb, or eyesight is jeopardized. Examples of emergency medical and dental care include examination and initial treatment of victims of sexual assault; refills of prescriptions for life-dependent drugs; repair of broken bones, lacerations, infections; and traumatic injuries to the dentition. Hospitalization will be limited to stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system. (ii) When the Government provides medical treatment or transportation of Contractor personnel to a selected civilian facility, the Contractor shall ensure that the Government is reimbursed for any costs associated with such treatment or transportation. (iii) Medical or dental care beyond this standard is not authorized. (3) Contractor personnel must have a Synchronized Predeployment and Operational Tracker (SPOT)-generated letter of authorization signed by the Contracting Officer in order to process through a deployment center or to travel to, from, or within the designated operational area. The letter of authorization also will identify any additional authorizations, privileges, or Government support that Contractor personnel are entitled to under this contract. Contractor personnel who are issued a letter of authorization shall carry it with them at all times while deployed. (4) Unless specified elsewhere in this contract, the Contractor is responsible for all other support required for its personnel engaged in the designated operational area under this contract. (d) Compliance with laws and regulations. (1) The Contractor shall comply with, and shall ensure that its personnel supporting U.S. Armed Forces deployed outside the United States as specified in paragraph (b)(1) of this clause are familiar with and comply with, all applicable--

Page 126: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 126 of 146

(i) United States, host country, and third country national laws; (ii) Provisions of the law of war, as well as any other applicable treaties and international agreements; (iii) United States regulations, directives, instructions, policies, and procedures; and (iv) Orders, directives, and instructions issued by the Combatant Commander, including those relating to force protection, security, health, safety, or relations and interaction with local nationals. (2) The Contractor shall institute and implement an effective program to prevent violations of the law of war by its employees and subcontractors, including law of war training in accordance with paragraph (e)(1)(vii) of this clause. (3) The Contractor shall ensure that CAAF and non-CAAF are aware-- (i) Of the DoD definition of ``sexual assault'' in DoD Directive 6495.01, Sexual Assault Prevention and Response Program; (ii) That many of the offenses addressed by the definition are covered under the Uniform Code of Military Justice (see paragraph (e)(2)(iv) of this clause). Other sexual misconduct may constitute offenses under the Uniform Code of Military Justice, Federal law, such as the Military Extraterritorial Jurisdiction Act, or host nation laws; (iii) That the offenses not covered by the Uniform Code of Military Justice may nevertheless have consequences to the contractor employees (see paragraph (h)(1) of this clause). (4) The Contractor shall report to the appropriate investigative authorities, identified in paragraph (d)(6) of this clause, any alleged offenses under— (i) The Uniform Code of Military Justice (chapter 47 of title 10, United States Code) (applicable to contractors serving with or accompanying an armed force in the field during a declared war or contingency operations); or (ii) The Military Extraterritorial Jurisdiction Act (chapter 212 of title 18, United States Code). (5) The Contractor shall provide to all contractor personnel who will perform work on a contract in the deployed area, before beginning such work, information on the following: (i) How and where to report an alleged crime described in paragraph (d)(4) of this clause. (ii) Where to seek victim and witness protection and assistance available to contractor personnel in connection with an alleged offense described in paragraph (d)(4) of this clause. (iii) That this section does not create any rights or privileges that are not authorized by law or DoD policy. (6) The appropriate investigative authorities to which suspected crimes shall be reported include the following— (i) US Army Criminal Investigation Command at http://www.cid.army.mil/reportacrime.html; (ii) Air Force Office of Special Investigations at http://www.osi.andrews.af.mil/library/factsheets/factsheet.asp?id=14522; (iii) Navy Criminal Investigative Service at http://www.ncis.navy.mil/Pages/publicdefault.aspx; (iv) Defense Criminal Investigative Service at http://www.dodig.mil/HOTLINE/index.html; (v) To any command of any supported military element or the command of any base.

Page 127: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 127 of 146

(7) Personnel seeking whistleblower protection from reprisals for reporting criminal acts shall seek guidance through the DoD Inspector General hotline at 800-424-9098 or www.dodig.mil/HOTLINE/index.html. Personnel seeking other forms of victim or witness protections should contact the nearest military law enforcement office. (8)(i) The Contractor shall ensure that Contractor employees supporting the U.S. Armed Forces are aware of their rights to-- (A) Hold their own identity or immigration documents, such as passport or driver's license, regardless of the documents' issuing authority; (B) Receive agreed upon wages on time; (C) Take lunch and work-breaks; (D) Elect to terminate employment at any time; (E) Identify grievances without fear of reprisal; (F) Have a copy of their employment contract in a language they understand; (G) Receive wages that are not below the legal host-country minimum wage; (H) Be notified of their rights, wages, and prohibited activities prior to signing their employment contract; and (I) If housing is provided, live in housing that meets host-country housing and safety standards. (ii) The Contractor shall post these rights in employee work spaces in English and in any foreign language(s) spoken by a significant portion of the workforce. (iii) The Contractor shall enforce the rights of Contractor personnel supporting the U.S. Armed Forces. (e) Preliminary personnel requirements. (1) The Contractor shall ensure that the following requirements are met prior to deploying CAAF (specific requirements for each category will be specified in the statement of work or elsewhere in the contract): (i) All required security and background checks are complete and acceptable. (ii) All CAAF deploying in support of an applicable operation— (A) Are medically, dentally, and psychologically fit for deployment and performance of their contracted duties; (B) Meet the minimum medical screening requirements, including theater-specific medical qualifications as established by the geographic Combatant Commander (as posted to the Geographic Combatant Commander’s website or other venue); and (C) Have received all required immunizations as specified in the contract. (1) During predeployment processing, the Government will provide, at no cost to the Contractor, any military-specific immunizations and/or medications not available to the general public. (2) All other immunizations shall be obtained prior to arrival at the deployment center.

Page 128: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 128 of 146

(3) All CAAF and selected non-CAAF, as specified in the statement of work, shall bring to the designated operational area a copy of the U.S. Centers for Disease Control and Prevention (CDC) Form 731, International Certificate of Vaccination or Prophylaxis as Approved by the World Health Organization, (also known as ``shot record'' or ``Yellow Card'') that shows vaccinations are current. (iii) Deploying personnel have all necessary passports, visas, and other documents required to enter and exit a designated operational area and have a Geneva Conventions identification card, or other appropriate DoD identity credential, from the deployment center. (iv) Special area, country, and theater clearance is obtained for all personnel deploying. Clearance requirements are in DoD Directive 4500.54E, DoD Foreign Clearance Program. For this purpose, CAAF are considered non-DoD contactor personnel traveling under DoD sponsorship. (v) All deploying personnel have received personal security training. At a minimum, the training shall— (A) Cover safety and security issues facing employees overseas; (B) Identify safety and security contingency planning activities; and (C) Identify ways to utilize safety and security personnel and other resources appropriately. (vi) All personnel have received isolated personnel training, if specified in the contract, in accordance with DoD Instruction 1300.23, Isolated Personnel Training for DoD Civilian and Contractors. (vii) Personnel have received law of war training as follows: (A) Basic training is required for all CAAF. The basic training will be provided through— (1) A military-run training center; or (2) A web-based source, if specified in the contract or approved by the Contracting Officer. (B) Advanced training, commensurate with their duties and responsibilities, may be required for some Contractor personnel as specified in the contract. (2) The Contractor shall notify all personnel who are not a host country national, or who are not ordinarily resident in the host country, that— (i) Such employees, and dependents residing with such employees, who engage in conduct outside the United States that would constitute an offense punishable by imprisonment for more than one year if the conduct had been engaged in within the special maritime and territorial jurisdiction of the United States, may potentially be subject to the criminal jurisdiction of the United States in accordance with the Military Extraterritorial Jurisdiction Act of 2000 (18 U.S.C. 3621, et seq.); (ii) Pursuant to the War Crimes Act (18 U.S.C. 2441), Federal criminal jurisdiction also extends to conduct that is determined to constitute a war crime when committed by a civilian national of the United States; (iii) Other laws may provide for prosecution of U.S. nationals who commit offenses on the premises of U.S. diplomatic, consular, military or other U.S. Government missions outside the United States (18 U.S.C. 7(9)); and (iv) In time of declared war or a contingency operation, CAAF are subject to the jurisdiction of the Uniform Code of Military Justice under 10 U.S.C. 802(a)(10). (v) Such employees are required to report offenses alleged to have been committed by or against Contractor personnel to appropriate investigative authorities.

Page 129: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 129 of 146

(vi) Such employees will be provided victim and witness protection and assistance. (f) Processing and departure points. CAAF shall-- (1) Process through the deployment center designated in the contract, or as otherwise directed by the Contracting Officer, prior to deploying. The deployment center will conduct deployment processing to ensure visibility and accountability of Contractor personnel and to ensure that all deployment requirements are met, including the requirements specified in paragraph (e)(1) of this clause; (2) Use the point of departure and transportation mode directed by the Contracting Officer; and (3) Process through a designated reception site (DRS) upon arrival at the deployed location. The DRS will validate personnel accountability, ensure that specific designated operational area entrance requirements are met, and brief Contractor personnel on theater-specific policies and procedures. (g) Personnel data. (1) The Contractor shall use the Synchronized Predeployment and Operational Tracker (SPOT) web-based system, to enter and maintain the data for all CAAF and, as designated by USD (AT&L) or the Combatant Commander, non-CAAF supporting U.S. Armed Forces deployed outside the United States as specified in paragraph (b)(1) of this clause. (2) The Contractor shall enter the required information about their contractor personnel prior to deployment and shall continue to use the SPOT web-based system at https://spot.dmdc.mil to maintain accurate, up-to-date information throughout the deployment for all Contractor personnel. Changes to status of individual Contractor personnel relating to their in-theater arrival date and their duty location, to include closing out the deployment with their proper status (e.g., mission complete, killed, wounded) shall be annotated within the SPOT database in accordance with the timelines established in the SPOT Business Rules at http://www.acq.osd.mil/log/PS/ctr_mgt_accountability.html. (h) Contractor personnel. (1) The Contracting Officer may direct the Contractor, at its own expense, to remove and replace any Contractor personnel who jeopardize or interfere with mission accomplishment or who fail to comply with or violate applicable requirements of this contract. Such action may be taken at the Government's discretion without prejudice to its rights under any other provision of this contract, including the Termination for Default clause. (2) The Contractor shall identify all personnel who occupy a position designated as mission essential and ensure the continuity of essential Contractor services during designated operations, unless, after consultation with the Contracting Officer, Contracting Officer's representative, or local commander, the Contracting Officer directs withdrawal due to security conditions. (3) The Contractor shall ensure that Contractor personnel follow the guidance at paragraph (e)(2)(v) of this clause and any specific Combatant Commander guidance on reporting offenses alleged to have been committed by or against Contractor personnel to appropriate investigative authorities. (4) Contractor personnel shall return all U.S. Government-issued identification, to include the Common Access Card, to appropriate U.S. Government authorities at the end of their deployment (or, for non- CAAF, at the end of their employment under this contract). (i) Military clothing and protective equipment. (1) Contractor personnel are prohibited from wearing military clothing unless specifically authorized in writing by the Combatant Commander. If authorized to wear military clothing, Contractor personnel must—

Page 130: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 130 of 146

(i) Wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable from military personnel, consistent with force protection measures; and (ii) Carry the written authorization with them at all times. (2) Contractor personnel may wear military-unique organizational clothing and individual equipment (OCIE) required for safety and security, such as ballistic, nuclear, biological, or chemical protective equipment. (3) The deployment center, or the Combatant Commander, shall issue OCIE and shall provide training, if necessary, to ensure the safety and security of Contractor personnel. (4) The Contractor shall ensure that all issued OCIE is returned to the point of issue, unless otherwise directed by the Contracting Officer. (j) Weapons. (1) If the Contractor requests that its personnel performing in the designated operational area be authorized to carry weapons for individual self-defense, the request shall be made through the Contracting Officer to the Combatant Commander, in accordance with DoD Instruction 3020.41, Operational Contractor Support. The Combatant Commander will determine whether to authorize in-theater Contractor personnel to carry weapons and what weapons and ammunition will be allowed. (2) If Contractor personnel are authorized to carry weapons in accordance with paragraph (j)(1) of this clause, the Contracting Officer will notify the Contractor what weapons and ammunition are authorized. (3) The Contractor shall ensure that its personnel who are authorized to carry weapons— (i) Are adequately trained to carry and use them— (A) Safely; (B) With full understanding of, and adherence to, the rules of the use of force issued by the Combatant Commander; and (C) In compliance with applicable agency policies, agreements, rules, regulations, and other applicable law; (ii) Are not barred from possession of a firearm by 18 U.S.C. 922; (iii) Adhere to all guidance and orders issued by the Combatant Commander regarding possession, use, safety, and accountability of weapons and ammunition; (iv) Comply with applicable Combatant Commander and local commander force-protection policies; and (v) Understand that the inappropriate use of force could subject them to U.S. or host-nation prosecution and civil liability. (4) Whether or not weapons are Government-furnished, all liability for the use of any weapon by Contractor personnel rests solely with the Contractor and the Contractor employee using such weapon. (5) Upon redeployment or revocation by the Combatant Commander of the Contractor’s authorization to issue firearms, the Contractor shall ensure that all Government-issued weapons and unexpended ammunition are returned as directed by the Contracting Officer. (k) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or equipment necessary to perform the contract in the designated operational area. (l) Purchase of scarce goods and services. If the Combatant Commander has established an organization for the designated operational area whose function is to determine that certain items are scarce goods or services, the

Page 131: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 131 of 146

Contractor shall coordinate with that organization local purchases of goods and services designated as scarce, in accordance with instructions provided by the Contracting Officer. (m) Evacuation. (1) If the Combatant Commander orders a mandatory evacuation of some or all personnel, the Government will provide assistance, to the extent available, to United States and third country national Contractor personnel. (2) In the event of a non-mandatory evacuation order, unless authorized in writing by the Contracting Officer, the Contractor shall maintain personnel on location sufficient to meet obligations under this contract. (n) Next of kin notification and personnel recovery. (1) The Contractor shall be responsible for notification of the employee-designated next of kin in the event an employee dies, requires evacuation due to an injury, or is isolated, missing, detained, captured, or abducted. (2) In the case of isolated, missing, detained, captured, or abducted Contractor personnel, the Government will assist in personnel recovery actions in accordance with DoD Directive 3002.01E, Personnel Recovery in the Department of Defense. (o) Mortuary affairs. Contractor personnel who die while in support of the U.S. Armed Forces shall be covered by the DoD mortuary affairs program as described in DoD Directive 1300.22, Mortuary Affairs Policy, and DoD Instruction 3020.41, Operational Contractor Support. (p) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting Officer may, at any time, by written order identified as a change order, make changes in the place of performance or Government-furnished facilities, equipment, material, services, or site. Any change order issued in accordance with this paragraph (p) shall be subject to the provisions of the Changes clause of this contract. (q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all subcontracts when subcontractor personnel are supporting U.S. Armed Forces deployed outside the United States in-- (1) Contingency operations; (2) Peace operations consistent with Joint Publication 3-07.3; or (3) Other military operations or military exercises, when designated by the Combatant Commander or as directed by the Secretary of Defense. (End of clause) 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (JUN 2015) (a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlying areas. (b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall-- (1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;

Page 132: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 132 of 146

(2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality; (3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and (4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel. (c) The requirements of this clause do not apply to any subcontractor that is-- (1) A foreign government; (2) A representative of a foreign government; or (3) A foreign corporation wholly owned by a foreign government. (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from the applicable information cited in PGI 225.372-1. (End of clause) CLAUSES INCORPORATED BY REFERENCE 252.226-7001 Utilization of Indian Organizations and Indian-Owned

Economic Enterprises, and Native Hawaiian Small Business Concerns

SEP 2004

252.227-7013 Rights in Technical Data--Noncommercial Items FEB 2014 252.227-7014 Rights in Noncommercial Computer Software and

Noncommercial Computer Software Documentation FEB 2014

252.227-7016 Rights in Bid or Proposal Information JAN 2011 252.227-7019 Validation of Asserted Restrictions--Computer Software SEP 2011 252.227-7022 Government Rights (Unlimited) MAR 1979 252.227-7025 Limitations on the Use or Disclosure of Government-

Furnished Information Marked with Restrictive Legends MAY 2013

252.227-7027 Deferred Ordering Of Technical Data Or Computer Software APR 1988 252.227-7030 Technical Data--Withholding Of Payment MAR 2000 252.227-7037 Validation of Restrictive Markings on Technical Data JUN 2013 252.231-7000 Supplemental Cost Principles DEC 1991 252.232-7003 Electronic Submission of Payment Requests and Receiving

Reports JUN 2012

252.232-7010 Levies on Contract Payments DEC 2006 252.239-7002 Access DEC 1991 252.239-7010 Cloud Computing Services AUG 2015 252.242-7004 Material Management And Accounting System MAY 2011 252.242-7006 Accounting System Administration FEB 2012 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.245-7000 Government-Furnished Mapping, Charting, and Geodesy

Property APR 2012

Page 133: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 133 of 146

252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property

APR 2012

252.245-7002 Reporting Loss of Government Property APR 2012 252.246-7000 Material Inspection And Receiving Report MAR 2008 252.246-7001 Warranty Of Data MAR 2014 252.247-7023 Transportation of Supplies by Sea APR 2014 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 CLAUSES INCORPORATED BY FULL TEXT 52.209-1 QUALIFICATION REQUIREMENTS (FEB 1995) (a) Definition: "Qualification requirement," as used in this clause, means a Government requirement for testing or other quality assurance demonstration that must be completed before award. (b) One or more qualification requirements apply to the supplies or services covered by this contract. For those supplies or services requiring qualification, whether the covered product or service is an end item under this contract or simply a component of an end item, the product, manufacturer, or source must have demonstrated that it meets the standards prescribed for qualification before award of this contract. The product, manufacturer, or source must be qualified at the time of award whether or not the name of the product, manufacturer, or source is actually included on a qualified products list, qualified manufacturers list, or qualified bidders list. Offerors should contact the agency activity designated below to obtain all requirements that they or their products or services, or their subcontractors or their products or services, must satisfy to become qualified and to arrange for an opportunity to demonstrate their abilities to meet the standards specified for qualification. (Name) (Address) (c) If an offeror, manufacturer, source, product or service covered by a qualification requirement has already met the standards specified, the relevant information noted below should be provided. Offeror's Name Manufacturer's Name Source's Name Item Name Service Identification Test Number (to the extent known) (d) Even though a product or service subject to a qualification requirement is not in itself an end item under this contract, the product, manufacturer, or source must nevertheless be qualified at the time of award of this contract. This is necessary whether the Contractor or a subcontractor will ultimately provide the product or service in question. If, after award, the Contracting Officer discovers that an applicable qualification requirement was not in fact met at the time of award, the Contracting Officer may either terminate the contract for default or allow performance to continue if adequate consideration is offered and the action is determined to be otherwise in the Government's best interests. (e) If an offeror, manufacturer, source, product, or service has met the qualification requirement but is not yet on a qualified products list, qualified manufacturers list, or qualified bidders list, the offeror must submit evidence of qualification prior to award of this contract. Unless determined to be in the Government's interests, award of this contract shall not be delayed to permit an offeror to submit evidence of qualification. (f) Any change in location or ownership of the plant where a previously qualified product or service was manufactured or performed requires reevaluation of the qualification. Similarly, any change in location or

Page 134: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 134 of 146

ownership of a previously qualified manufacturer or source requires reevaluation of the qualification. The reevaluation must be accomplished before the date of award. (End of clause) 52.215-21 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA -- MODIFICATIONS (OCT 2010)—ALTERNATE IV (OCT 2010) (a) Submission of certified cost or pricing data is not required. (b) Provide data described below: To be provided when required for modification. (End of clause) 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $100,000.00, the Government is not obligated to purchase, nor is the contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The contractor is not obligated to honor: (1) Any order for a single item in excess of $10M; (2) Any order for a combination of items in excess of $10M; or (3) A series of orders from the same ordering office within twenty-four (24) days that together call for quantities exceeding the limitations in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within forty-eight (48) hours days after issuance, with written notice stating the contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the contractor within twenty-five (25) days prior to contract or task order expiration.

Page 135: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 135 of 146

(End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at the following webslites:

http://farsite.hill.af.mil/vffara.htm

http://farsite.hill.af.mil/vfdfara.htm

www.acquisition.gov/far (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

DoD Class Deviation 2008-O0008 – Electronic Subcontracting Reporting System (12 Feb 09) (End of clause) 252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991) (a) Definition. "Cooperative agreement holder" means a State or local government; a private, nonprofit organization; a tribal organization (as defined in section 4(c) of the Indian Self-Determination and Education Assistance Act (Pub. L. 93-268; 25 U.S.C. 450 (c))); or an economic enterprise (as defined in section 3(e) of the Indian Financing Act of 1974 (Pub. L. 93-362; 25 U.S.C. 1452(e))) whether such economic enterprise is organized for profit or nonprofit purposes; which has an agreement with the Defense Logistics Agency to furnish procurement technical assistance to business entities. (b) The Contractor shall provide cooperative agreement holders, upon their request, with a list of those appropriate employees or offices responsible for entering into subcontracts under defense contracts. The list shall include the business address, telephone number, and area of responsibility of each employee or office.

Page 136: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 136 of 146

(c) The Contractor need not provide the listing to a particular cooperative agreement holder more frequently than once a year. (End of clause) 252.211-7007 REPORTING OF GOVERNMENT-FURNISHED PROPERTY (AUG 2012) (a) Definitions. As used in this clause— ``Commercial and Government entity (CAGE) code'' means— (i) A code assigned by the Defense Logistics Agency Logistics Information Service to identify a commercial or Government entity; or

(ii) A code assigned by a member of the North Atlantic Treaty Organization that the Defense Logistics Agency Logistics Information Service records and maintains in the CAGE master file. The type of code is known as an ``NCAGE code.'' ``Contractor-acquired property'' has the meaning given in FAR clause 52.245-1. Upon acceptance by the Government, contractor-acquired property becomes Government-furnished property. ``Government-furnished property'' has the meaning given in FAR clause 52.245-1. ``Item unique identification (IUID)'' means a system of assigning, reporting, and marking DoD property with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. ``IUID Registry'' means the DoD data repository that receives input from both industry and Government sources and provides storage of, and access to, data that identifies and describes tangible Government personal property. The IUID Registry is— (i) The authoritative source of Government unit acquisition cost for items with unique item identification (see DFARS 252.211-7003) that were acquired after January 1, 2004; (ii) The master data source for Government-furnished property; and (iii) An authoritative source for establishing the acquisition cost of end-item equipment. ``National stock number (NSN)'' means a 13-digit stock number used to identify items of supply. It consists of a four-digit Federal Supply Code and a nine-digit National Item Identification Number. ``Nomenclature'' means— (i) The combination of a Government-assigned type designation and an approved item name;

(ii) Names assigned to kinds and groups of products; or (iii) Formal designations assigned to products by customer or supplier (such as model number or model type, design differentiation, or specific design series or configuration). ``Part or identifying number (PIN)'' means the identifier assigned by the original design activity, or by the controlling nationally recognized standard, that uniquely identifies (relative to that design activity) a specific item.

Page 137: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 137 of 146

``Reparable'' means an item, typically in unserviceable condition, furnished to the Contractor for maintenance, repair, modification, or overhaul. ``Serially managed item'' means an item designated by DoD to be uniquely tracked, controlled, or managed in maintenance, repair, and/or supply systems by means of its serial number. ``Supply condition code'' means a classification of materiel in terms of readiness for issue and use or to identify action underway to change the status of materiel (see http://www2.dla.mil/j-6/dlmso/elibrary/manuals/dlm/dlm--pubs.asp). ``Unique item identifier (UII)'' means a set of data elements permanently marked on an item that is globally unique and unambiguous and never changes, in order to provide traceability of the item throughout its total life cycle. The term includes a concatenated UII or a DoD recognized unique identification equivalent. ``Unit acquisition cost'' has the meaning given in FAR clause 52.245-1. (b) Reporting Government-furnished property to the IUID Registry. Except as provided in paragraph (c) of this clause, the Contractor shall report, in accordance with paragraph (f), Government-furnished property to the IUID Registry as follows:-- (1) Up to and including December 31, 2013, report serially managed Government-furnished property with a unit-acquisition cost of $5,000 or greater. (2) Beginning January 1, 2014, report— (i) All serially managed Government-furnished property, regardless of unit-acquisition cost; and (ii) Contractor receipt of non-serially managed items. Unless tracked as an individual item, the Contractor shall report non-serially managed items to the Registry in the same unit of packaging, e.g., original manufacturer's package, box, or container, as it was received. (c) Exceptions. Paragraph (b) of this clause does not apply to— (1) Contractor-acquired property; (2) Property under any statutory leasing authority; (3) Property to which the Government has acquired a lien or title solely because of partial, advance, progress, or performance-based payments; (4) Intellectual property or software; (5) Real property; or (6) Property released for work in process. (d) Data for reporting to the IUID Registry. To permit reporting of Government-furnished property to the IUID Registry, the Contractor's property management system shall enable the following data elements in addition to those required by paragraph (f)(1)(iii)(A)(1) through (3), (5), (7), (8), and (10) of the Government Property clause of this contract (FAR 52.245-1): (1) Received/Sent (shipped) date.

(2) Status code.

Page 138: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 138 of 146

(3) Accountable Government contract number. (4) Commercial and Government Entity (CAGE) code on the accountable Government contract. (5) Mark record. (i) Bagged or tagged code (for items too small to individually tag or mark). (ii) Contents (the type of information recorded on the item, e.g., item internal control number). (iii) Effective date (date the mark is applied). (iv) Added or removed code/flag. (v) Marker code (designates which code is used in the marker identifier, e.g., D=CAGE, UN=DUNS, LD=DODAAC). (vi) Marker identifier, e.g., Contractor's CAGE code or DUNS number. (vii) Medium code; how the data is recorded, e.g., barcode, contact memory button. (viii) Value, e.g., actual text or data string that is recorded in its human-readable form. (ix) Set (used to group marks when multiple sets exist. (6) Appropriate supply condition code, required only for reporting of reparables, per Appendix 2 of DoD 4000.25-2-M, Military Standard Transaction Reporting and Accounting Procedures manual (http://www2.dla.mil/j-6/dlmso/elibrary/manuals/dlm/dlm--pubs.asp). (e) When Government-furnished property is in the possession of subcontractors, Contractors shall ensure that reporting is accomplished using the data elements required in paragraph (d) of this clause. (f) Procedures for reporting of Government-furnished property. Except as provided in paragraph (c) of this clause, the Contractor shall establish and report to the IUID Registry the information required by FAR clause 52.245-1, paragraphs (e) and (f)(1)(iii), in accordance with the data submission procedures at http://www.acq.osd.mil/dpap/pdi/uid/data_submission_information.html. (g) Procedures for updating the IUID Registry. (1) Except as provided in paragraph (g)(2), the Contractor shall update the IUID Registry at https://iuid.logisticsinformationservice.dla.mil/ for changes in status, mark, custody, condition code (for reparables only), or disposition of items that are— (i) Received by the Contractor;

(ii) Delivered or shipped from the Contractor's plant, under Government instructions, except when shipment is to a subcontractor or other location of the Contractor; (iii) Consumed or expended, reasonably and properly, or otherwise accounted for, in the performance of the contract as determined by the Government property administrator, including reasonable inventory adjustments; (iv) Disposed of; or

Page 139: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 139 of 146

(v) Transferred to a follow-on or other contract. (2) The Contractor need not report to the IUID Registry those transactions reported or to be reported to the following DCMA etools: (i) Plant Clearance Automated Reutilization and Screening System (PCARSS); or

(ii) Lost, Theft, Damaged or Destroyed (LTDD) system. (3) The contractor shall update the IUID Registry as transactions occur or as otherwise stated in the Contractor's property management procedure. (End of clause) 252.216-7006 ORDERING (MAY 2011) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from 21 Dec 2017 through 20 Dec 2022. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered ``issued'' when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered ``issued'' when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (End of Clause) 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (APR 2014) (a) Contract line item(s) (CLINs) on individual task orders may be incrementally funded. (b) For items(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT." As used in this clause, the total amount payable by the Government in the event of termination

Page 140: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 140 of 146

of applicable contract line item(s) for convenience includes costs, profit and estimated termination settlement costs for those item(s). (c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause, or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT". (d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraph (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly. (e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "disputes." (f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause. (g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "DEFAULT." The provisions of this clause are limited to work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract if fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) or (e) of this clause. (h) Nothing in this clause affects the right of the Government to this contract pursuant to the clause of this contract entitled "TERMINATION FOR CONVENIENCE OF THE GOVERNMENT." (i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342. (j) Funds will be allocated at the task order level. (End of clause) 252.247-7012 ORDERING LIMITATION (DEC 1991)

Page 141: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 141 of 146

(a) The Government will place orders for items of supplies or services with the contractor awarded the initial contract to the extent of the contractor's guaranteed maximum daily capability. However, the contractor may accept an additional quantity in excess of its capability to accommodate a single order. (b) Orders for additional requirements will be placed in a like manner with the next higher contractor to the extent of its guaranteed maximum daily capability. The Government will repeat this procedure until its total daily requirement is fulfilled. (c) In the event the procedure in paragraphs (a) and (b) does not fulfill the Government's total daily requirement, the Government may offer additional orders under the contract to contractors without regard to their guaranteed maximum daily capability.

Page 142: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 142 of 146

Section J - List of Documents, Exhibits and Other Attachments SECTION J Section J. - List of Documents, Exhibits, and Other Attachments J.1 Pricing Tables Matrix J.2 Certificate of No Conflict of Interest J.3 Certificate of Non-Disclosure J.4 DD254 J.5 Subcontracting Plan

J.6 OCI Plan J.1 Pricing Tables Matrix See Attachment. J.2 Certificate of No Conflict of Interest

Certificate of No Conflict of Interest

I certify that: 1. Except as set forth below, I do not presently hold, and will not obtain during my performance of services under this contract _________________, any financial interest* or affiliation** in any non-Federal entity impacted by my performance of such services. ____________________________________________________________________________________________________________________________________________ 2. To the best of my knowledge, and except as set forth below, my spouse and dependent children do not have a financial interest* or affiliation** in any non-Federal entity impacted by my performance of services under this contract. 3. To the best of my knowledge, and except as set forth below, none of the following is a non-Federal entity impacted by my performance of services under this contract, or represents a non-Federal entity impacted by my performance of such services:

Page 143: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 143 of 146

• any person or company with whom I have or am seeking a business, contractual or other financial relationship that involves other than a routine consumer transaction;

• any close relative; • any person or company with whom I have been affiliated within the last year; • any organization in which I am an active participant. ______________________________________________________________________________ ______________________________________________________________________________ *Financial Interest - Any continuing financial interest (such as through a pension or retirement plan, shared income, continuing termination payments, or other arrangements as a result of any current or prior employment or business or professional association) or any financial interest through legal or beneficial ownership of stock, stock options, bonds, securities, or other arrangements including trusts. **Affiliation - A relationship as an employee, officer, owner, director, member, trustee, partner, advisor, agent, representative, or consultant; or a person having any understanding, plans or pending contacts regarding such a relationship in the future (this includes sending resumes, making telephone inquiries or any act that reasonably could be construed as an indication of interest in a future affiliation). 4. I understand that I may request a statement from the Contracting Officer as to whether a particular person or particular company is considered to be impacted by my performance of services under this contract. I further understand that I have a continuing obligation, during the course of my performance of services under this contract, to update the information provided in paragraphs 1 through 3 of this certificate, as needed. _________ ________________________________________ DATE SIGNATURE _________________________________________ TYPED OR PRINTED NAME/TITLE J. 3 Certificate of Non-Disclosure

CERTIFICATE OF NON-DISCLOSURE

I, ____________________________________, an employee and authorized representative of ______________________________________________________________________________ a contractor providing support services to the ___________________(hereinafter________),

Page 144: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 144 of 146

and likely to have access to nonpublic information (hereinafter RECIPIENT), agrees to and promises the following: WHEREAS RECIPIENT is engaged in delivering support services to _______ under contract; and WHEREAS it is the intention of ________ to protect and prevent access to and disclosure of nonpublic information to anyone other than employees of the United States Government who have a need to know; but WHEREAS ________ acknowledges that RECIPIENT will from time to time have or require access to such nonpublic information in the course of delivering the contract services; and therefore, WHEREAS RECIPIENT may be given or otherwise to have access to nonpublic information while providing such services; and finally, WHEREAS "nonpublic information" includes such information as proprietary information (e.g., information submitted by a Contractor marked as proprietary), advanced procurement information (e.g., future requirements, performance work statements, statements of objectives, and acquisition strategies), source selection information (e.g., bids before made public, source selection plans, and rankings of proposals), trade secrets and other confidential business information (e.g., confidential business information submitted by a Contractor), attorney work product, information protected by the Privacy Act (e.g., social security numbers, home addresses and telephone numbers), and other sensitive information that would not be released by _______ under the Freedom of Information Act (e.g., program, planning and budgeting system information); NOW THEREFORE, RECIPIENT agrees to and promises as follows: RECIPIENT shall not seek access to nonpublic information beyond what is required for the performance of the support services contract; RECIPIENT will ensure that his or her status as a Contractor employee is known when seeking access to and receiving such nonpublic information from Government employees; As to any nonpublic information to which RECIPIENT has or is given access, RECIPIENT shall not use or disclose such information for any purpose other than providing the contract support services, and will not use or disclose the information for any personal or other commercial purpose; and If RECIPIENT becomes aware of any improper release or disclosure of such nonpublic information, RECIPIENT will advise the Contracting Officer in writing as soon as possible. The RECIPIENT agrees to return any nonpublic information given to him or her pursuant to this agreement, including any transcriptions by RECIPIENT of nonpublic information to which RECIPIENT was given access, if not already destroyed, upon RECIPIENT leaving the contract.

Page 145: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 145 of 146

RECIPIENT understands that any unauthorized use, release or disclosure of nonpublic information in violation of this CERTIFICATE will subject the RECIPIENT to administrative, civil or criminal remedies as may be authorized by law. RECIPIENT: ______________________________________

(signature) PRINTED NAME: ___________________________________ TITLE: ____________________________________________ EMPLOYER: _______________________________________ J.4 DD254 - DoD Contract Security Classification Specification See Attachment

Page 146: 1. THIS CONTRACT IS A RATED ORDER SOLICITATION, OFFER … · 15a. name 16. name and title of person authorized to and address sign offer (type or print) of offeror jessica dalessio

W911S0-18-D-0004

Page 146 of 146

J.5 Subcontracting Plan See Attachment J.6 OCI See Attachment