-lAGr., ," ORDf.R FOR SUPPLIE S OR SE RVI CES ~~:~,'~~~~~~~(lII>Rll r k , .' UI 1.11 1: 11 ' ORUfll.. LIL l '<0 1 U\u, nl"OM I" k ('~ll. J RCQ Pl ' ~nl ~ ~ : ,\ IIO~ D O'T IICR SEE ITEM 6 h\CII IT Y 5 l'I\Y~II : S l ---- - 1... , In,." . .. m " SEe SCHEDULE OLlI,hR f1/_/., WILL BE MM>E lIY JFAS LI .. DO ACCIG D-Se So f A 'III 27 ARIt""SA$ RO 'L\ M" ,\lI . 6"1i" ' ~O l''\ (,K ,\(;r..~ "I) r' .U ' I:MS W 11'11 IIi P' n~' I ( ' ,\'nO" ll " ES~Otl e ~~E O . ;5'·O ll ~ :' T \lIU:RS I ' Ur.OCI\ S I ,\'l:l)! , T \~'i' E ~I!C,'',,"'E,',-, !, ' !,"" _E_"_'_'+_X_~'c'_'c ' -"-'-"-'-"- 'C''-' C"C'C'C'C'-' c"-'-"-"-'-"-'-'-' -"-'-''-'-'-"-'-"'-'''-'-'-"-'-"-"-"-"-'-'-"-'''-''-' '-'-'-'-"-"-"-'-"-' ''-'-"-"-'-' '-' -"-"-"-'-'-"-'-"-' '-'-"-' -' -'-"-''-"-'-"-'-'-"-"-'-"-'-'-'-"'-'-"-' _ _ _ -I 0" I"", 'II' ",,,",,,,,,,,,,,,,,,,,,,,,, OI:rlI,R I" H I'"'''''''' ~'' ', 'I ,'" , I"'" "~ ' r.,- ,'; ,"h " ",0 ,\S- , ' ;r,,~i\\,(II " 'TnJ,V , 0"" """"'''''"E "" ',\',;,,\',;V,i,'i'\':':W("'t: RC",'" See Schedule ;" '''''' ", , EOI' St'i'I'IIES T '" ()fWFK UC'""",' I,[) [ E " I I!:-\[ '[ ;.~ UI'II PRICE ACL'!OPT I'll· SE LE " :;..; <)\ 1":,, I II Y I ~ COITM" ! lI I 11." "1'1'( "1[11 O IUTElVFD - 0 A(,C r;P TFD . ANI) COl';fOKM'i ('o~ r\( M l EXCEI'T ro"'r"'--------------' '\~'l() T- ED " F :-.' J f{l-l'fU~E:q ,\ TIVI: A I"TII [)AI t ,I I FLIt .I.I! 1>1') 1'1\1:-'1"1, 1) ",\~l~ ,\X l) III 1.1 ()) ,\I,' "rllORI7.E'P Gll VI:)(", .\ 11: ~" I ' R I: l' RI,SI-: 1\T ,\ T I V! ,[ I ~~ SI IIP;': O ',' r I I 1.1' II~)" I: Iq "1«"AI l'lt r' ",\-0 r " j VFII.Il· I H) HHt CIIECK :-.; (" ,,111 10 11 11 I.E OF ("F in J[- VI:\{; OFl- leER , ) , , )''' ',' ." " I' :" "" , 0' c· , , I. , , ,' " DO Form 1155 , DEC 2001 S RL CEIVI '. 1J iiI ' PAT I: 111,('1 , 1VI·: I) ,n'T O ,;,:;;; ;.;" )' Rl: Vt(\l'~ HHl 10'< IS OIl~Jl. I: T I: "" FA0021-IS-F-0002 Page 2 of 64 Section B - Supplies or Services and Prices IT[M >JO SUPPLlES.iSERVICES QUANTITY U>JIT UNIT PRICE AMOUNT I,ot 0001 Lahor rFP Labor Costs for all locations during tht:: base period of performance. (I) The contractor shall provide non-personal services using the labor categories identified in the contraclOr"s OASIS contract. The Firm Fixed-Price award of l(b)(4) ~or on-site labor is based on the contractor's proposed and awarded cost to perfOnll services and provide deliverables identified in the Performance Work Statement for the period 16 Jan 20 IS - IS Jan 2016. Contractor's proposal. dated 12 November 20 14 is incorporated by reference. (3) Payment for satisfactory perfonnanee and acceplance of required delivt::rables by the Government shall he made with a first payment (16 Jan - 31 Jan IS) 01 (b)(4) 11 equal payments oI1(b)(4) ~nd a final partial payment ot (b)(4) Reference GO()04(d)( I) & !-I-OOOS. en FOB: Destination SIGNAL CODE: A NET AMT l(b)(4) FA0021-1S-F-0002 Page 3 of 64 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOljNT Lot OUUIOI 50.00 Funding For Labor FFP lncn::mcntal Funding For Labor FOB: Destination PURCHASE REQUEST NUMBER: nFF11 4158A001 SIGNAL CODE: A 50.00 NET AMT ACRN AA CI~: F2FF214258A0010000AA Itblt41 FA0011-15-F -0002 Page 4 of 64 ITEM NO SUPPLIES.iSERVICES 0002 QUANTITY U:"lIT UNIT PRICE AMOLNT S 174.815.00 LOI Travel COST CONUS and OCONUS travel arc required and will be reimbursed at cost as limited by' FAR 31.205-46(a). All travel shall be Government directed and shall be approved on a Letter of idenlitl(ation (LOI) no kss than 5 days prior to travel. or as soon as possible after a short notific; ecss. ora 40 hour work week. The contru(.:tor shall seek approva l for e:>;panded work week Iro m the COR ;lnd CO as identiticd in the rws. 17013 : Desti nation SIGN AL CODE: II ESTI MATED COS T ITEM NO SL PPU ES!SERVI C ES QUA:-.J T !lY UNI T UN !T PR ICE AMOL1\'l 50.00 Lot 0004 $85 0.4 76.40 OCONUS COST OCON US reimbursable e:>;penses pal1ieu lar 10 the TO include but Eire not limited to deploYl11cm expen ses suc h as hazardous duty pay and hardship din'crent ial pay. Tra\'d costs n.: I,ttcU 10 de ployments shall be billed to the Travd (' LI N. T h..: Gowmment will re imburse all allowable cosl as detennin.:d by the DSSR. The Government shall not pay O!l-1. fringe. fcc. prolil. or G&A. however Ihe (iovcm mcnl s h\ of 27 FA0021-15-F-0002 Jabber, JWICS, SOCRATES, DNET -6, DNET-lO and Microsoft Office applications for repOlts, briefings, and spreadsheets). 1.3.9 AFSOC/ A2 ISR "KEY/CRITICAL" SUBJECT MATTER EXPERT (SME) SUPPORT As reflected in the tables above, the contractor shall provide 14 key/critical Staff personnel and eight (8) key/critical DGS-IFTU and Intelligence Tactical Coordinator (ITC) course instructors. These personnel will be aligned to the AFSOC/A2 staff to provide daily support to AFSOCIA2, Ai-SOC/AS, other AFSOC Directorates, and supported intelligence units. The details of these critical positions are highlighted in the paragraphs below. SMEs are critical to the AFSOCIA2 and shall serve as advisors to the AFSOCIA2 staff. SMEs will have sor experience and superior ability to accomplish the SME tasks. 1.3.9.1 SITE LEAD Oversee day-to-day operations of all contractor functions supporting intelligence operations. This includes: open source intelligence (OSINT), geospatial intelligence (GEOINT)/ imagery intelligence (lMINT), human intelligence (HUMINT), signals intelligence (SIGINT), c1eetronic intelligence (ELlNT), measurement and signals intelligence (MASINT), information operations (10), all source intelligence (AS I), and human domain. He/she will work directly with COR and ACOR in handling all contractual obligations and situations. Ensures all contracted deliverables are appropriately provided to the Government in a timely manner. Provides experienced TSR PED management support to AFSOC to support the full range of intelligence operations and USSOCOM unit requirements. Specifically, provides management, direction, and planning support to IllS, Af"SOC/ A2 staff, DGS-SOf" IFfU and other intelligence support activities. Subject Matter Expert (SME) on Command and Control (C2} and Intelligence, Surveillance, and Reconnaissance (ISR) providing analysis, planning, coordination, and transition support to key initiatives; evaluates emerging technologies to support evolving customer requirements. Assists AFSOC/ A2X in planning, documenting, and implementing evolutionary OGS-SOF communication, personncl and operational capabilities by providing technical support and recommendations; provides daily support to Af"SOC/A2, AFSOC/A6, Ai-SOC/AS and other Af"SOC directorates and divisions & HHQ USSOCOM. Ensures effective and efficient integration of SOF ISR systems across AFSOC intelligence entities and associated configuration management; devclops systems views and architecture representations for Af"SOC & USSOCOM. 1.3.9.2 IT COMMS SYSTEMS ENGINEER/ARCHITECT Provide assistance in the administration and management of the various networks utilized within AFSOC. These duties include but are not limited to: configuration, management, troubleshooting of NIPRISIPR client workstations including the performance of client support technician duties: Configuration, maintenance and troubleshooting of command geospatial product library (GPL) server to include tbe installation and management of software patches and security configurations/controls: GPL database maintenance to include installation/operation/maintenance of NGA Synch Tool for map data distribution and operation/maintenance of Enterprise File Delivery (EFD) legacy distribution services; Assist with Automated Data Processing Equipment (ADPE) acquisition, sustainment, distribution, shipping and control to include equipment pickup, packing and shipping; Assist with design, implementation and management of FMV network and communications architecture by working with other directorates (A6) to ensure the ISR requirements arc satisfied; Assist with configuration management of program assets to include update/draft configuration management plan, design and build configuration management database to track CM actions and coordination with General Dynamics Multi-TNT Analysis and Archive System (MAAS) engineer and Field Serviee Representatives (fSRs) (currently under a separate contract) for proper tracking of assets: Assist with Information Assurance (IA) for program to include coordination Page 9 of 27 FA0021-15-F-0002 with 11 IS IA POC to ensure that all IA actions are properly databased; provide data management of program data archives to include the consolidation and organization of files on all networks for program onto appropriate SharePoint portals; build, administer and maintain SharePoint portal pages; Assist with program management duties; Assist with evaluation of new technologies for ISR; Attend briefings/meeting/conferences in support of AFSOC ISR requirements; Assist with the requirements management process. 1.3.9.3 INFORMATION ASSURANCE MANAGER Serves as the AFSOC Alternate, Command Information Assurance M,mager (lAM) whose primary duties are to manage the site's Sensitive Compartmented InfOimation (SCI) Certification and Accreditation (C&A) program and to assist with monitoring the command's Joint Worldwide Intelligence Communications Systems (JWICS) network security postures. As the alternate site TAM, ensures the site's Automated Information Systems (AIS) operations and administration are conducted in accordance with Public Laws, Executive Orders and policies of various national-level agencies, and is responsible for all AIS and network security C&A actions for all SCI faeilitics owned , serviced or managed by the ArSOC Special Security Office. 1.3.9.4 PERSONNEL/INFORMATION SECURITY MANAGER Provide assistance in the administration and management of the Sensitive Compartmented Information (SCI) Security Management Program Maintain familiarity with, and assist with the implementation of, Director, National Intelligence (ON I), Department of Defense (000), and USAF personnel security policies and directives. Conducts certification staff assistance visits and directs validation proceedings for SCI facilities and temporary secure working areas. Generate concept validation, pre-construction, and accreditation packages. Validate requests for Tactical, Semi-permanent and garrison SCIFs. Develops, evaluates, and monitors all security procedures relative to the protection of SCT material. Investigates SCI security infractions and prepares reports of findings. Assists Command foreign diselosure officers with developing and disseminating foreign diselosure policy/guidance to AFSOC staff and subordinate organizations. Assists in the directing of SCIF construction specifications and security alarm/reaction plans based on Intelligence Community (IC) technical specifications for IC Directive 705 and 000 51 05.21-M-1 requirements including: coordination and selection of intrusion detection alarm systems and other electrical/mechanical devices used in securing areas containing SCI: devising protection plans to provide maximum security based on risk management and cost effectiveness which will create minimum interference with organizational operations. 1.3.9.5 SOF-PED COORDINATOR The sor PED Coordinator is assigned to A20 and facilitates operational synchronization between DGSSOF and AF-DCGS PED nodes. This position also assists AFSOC/A2F during the pre-planning and execution stages of annual 480 ISRW SOF PED observational exercises. The SOF PED coordinator will be responsible for establishing SOF PED assessment criteria and drafting observation cbecklists for exercise support with the intent to improve AF-DCGS support to SOF missions. The SOF PED Coordinator will establish a SOP feedback program and develop SOP PED surveys for distribution to SOF supported units. The SOF PED Coordinator will solicit completed SOF PED surveys from supported units and consolidate results with metrics to be released to AFISRA. SOF feedback results will be incorporated into future observation checklists. The SOF PED Coordinator will also participate and help organize periodic SOF PED Working Groups (4-6 WGs per year) and provide status and updates on SOF PED operational evaluation and synchronization efforts between SOCOM, AFSOC, AFISRA, and 480 ISRW. Some travel may be required to attend SO[" PED Working Groups at various locations within Page 10 of 27 FA0021-15-F-0002 the SOF PED enterprise (estimate up to two TDYs per year). The SOF PED Coordinator will gather TIP updates and changes from AfSOC! I SOW liaisons and be responsible for distributing the information to AFTSRA and 480 ISRW. This position may be required to work overtime on staff to perform ISR-related duties as required in support of operational requirements. 1.3.9.6 SENIOR ISR OPERATIONS SPECIALISTffARGET ANALYST Provide daily support to AFSOC/A2, AFSOC/A3, AFSOC/A5, and other AFSOC directorates and divisions. This support will focus on current intelligence collection and TSR weapon systems to include programmed capabilities, quick-reaction capabilities, interim solutions or initiatives, and NationallSR collection. The Senior ISR Operations Specialist applies expert knowledge in the areas of SIGINT, IMINT, MASINT, OSINT, HUMINT, GEOINT, Information Operations (10), the intelligence exploitation processes, associated Tactics, Techniques and Procedures (TIPs), and Concept for Operations (CONOP) development. The Senior ISR Operations Specialist will develop, collahorate, and respond to requirements that impact current ISR capabilities, immediate planning, resources and implementation. The Senior ISR Operations Specialist will provide support to Air Operations Center ISR Division activities, operationallSR unit-level intelligence functions and identify operations-related training requirements. 1.3.9.7 FORMAL TRAINING RQUIREMENTS COORDINATOR Administer HQ AFSOC/ A2 intelligence formal training program schcduling for officer, enlisted, Government civilian, and contractor personnel. Coordinates and schedules intelligence personnel training to include formal military schools, national agency courses, joint-service schools, mobile training teams, and civilian instruction. Coordinatc intelligence formal course quota allocation with Air Education and Training Command (AETC), Air Combat Command (ACC), Air National Guard (ANG), and AF Reserve Command (AFRC). Coordinate officer/enlisted/Government civilian quota utilization with 315th Training Squadron (AETC). Coordinates and submits annual Mission Readiness Training Program (MRTP) data call to the AF Personnel Center (AFPC) and AFSOC Educations Operations (A 1KE). 1.3.9.8 IMA/RESERVE COMPONENT COORDINATOR Provides support to the AFSOC/A2F hy executing monthly Individual Mobilization Augmentee (lMA) contact to ensure good recall and meet IMA mission essential task. Monitors and facilitates IMA deployment preparations. Assist with the management of IMA OPR/EPR requirements, CMAS coordination and validation for IMA and TR orders and UT APs approvals for IMA Inactive Duty Training (!DT) scheduling. Assist with Processing Ponn 1288s for hires and relcascs, Form 2096s and IMA duty information worksheets. Update IMA recall rosters. Processes volunteer IMA deployment documents. Manages MPA day account and monitors IMA formal training requests. 1.3.9.9 HUMAN DOMAIN All-source intelligence analysts providing SUppOit to AFSOC/A2A by incorporating Human Geography/Socio-cultural knowledgc in the development of thc Intclligcncc Prcparation of the Environment (lPOE) by leveraging requirements, methodologies, tradecraft and activities within the Intelligence Community (lC) ISO AFSOC. Provide analytic support, guidance and tradecraft through knowledgc capture, sharing and learning. Establish AFSOC tailored Human Domain rcquiremcnts that are validated, submitted and tasked in accordance with (lAW) the Defense Intelligence Analysis Program Page 11 of 27 FA0021-15-F-0002 (DIAP) as AFSOC's Human Domain Initiative fulfills its obligation to the Command, Subordinate Units and the National Intelligence Community. U.9.10 AREA ANAL YSTS/BRIEFERS Provide the A2 and HQ Staff with situational awareness and briefs, specifically related to the CENTCOM, AFRICOM, PACOM, EUCOM AND SOCOM areas of resrxmsibility. Are considered subject matter experts in the areas of the Horn of Africa, Arabian Peninsula, Somalia, Syria, Iran, NOith Africa, Trans Sahel region, Levant region, Gulf States and territorial waters. As world situation change, AOR analysts will maintain expert knowledge and situational awareness to keep leadership informed. 1.3.9.11 COMPUTER SYSTEMS SUPPORT SPECIALIST - LEVEL III Serve as the senior IT specialist and consultant to management in support of telecommunications system plans, policies, procedures, requirements and implementations. Prepares documents and briefs management on specifics of requirements botb hardware and software and outlines procedures to obtain and organize enhancements. Serves as a project coordinator responsible for the successful implementation of various comms programs/projects. Specialist will work closely with the Af"SOC/ A2 IT Comms Systems Engineer! Architect. 1.3.9.12 COMPUTER SYSTEMS SUPPORT SPECIALIST - LEVEL II Identify requirements by understanding squadron processing and liasing with all offices. Accomplish software requirements by developing and maintaining applications and databases. Arranges project requirements, prepares work now charts/diagrams using knowledge of computer capabilities. Recognize opJXlrtunities to exploit previously unused technology that will support mission requirements. Must have a broad knowledge of IT principles, concepts and methods. Expert in visual basic, visual basic for applications, html, xml, python and simple query language. Specialist will work closely with the Level III specialist. 1.3.9.13 INTELLIGENCE FORMAL TRAINING UNIT The DGS-SOF IFTU course is responsible for Initial Qualification Training (lQT) for AFSOC DGS personnel. IQT is unique to the AFSOC mission and qualifications from other (i.e. AF-DCGS, USASOC , National Mission Force) is not transferable. The qualification must be obtained from attendance at the AFSOC DGS-SOF IFTU course. DGS-SOF IFTU is accomplished by familiarizing special operations intelligence personnel with AFSOC's PED mission tasks with a concentration on Tactics , Techniques and Procedures (TTPs). Successful completion of the course earns the student a "Basic Qualification" status that will be built uJXln once the student is assigned to an operational flight. The ITC Cell is primarily tasked with providing academiC instruction and scenario-based training to both 11 IS and external agency personnel on fSR employment. Topics include, but are not limited to: fSR Tactical Controller (fTC) fundamentals, Supported and Supporting Unit's construct and targeting methodology, ISR platfonn capabilities!limitations and operational considerations. 1.3.9.13.1 DGS-IFTU AND MQT (ITC) INSTRUCTOR Serve as primary instructor and subject matter expert (SME) for Air Force Special Operations Command's (AFSOC) Distributed Ground System - Special Operations Forces (DGS-SOF) Processing, Exploitation, and Dissemination (PED), Intelligence formal Training Unit (lfTU) and/or ITC Course. Trains officer, enlisted, civilian, and contractor intelligence professionals assigned to AFSOC and Page 12 of 27 FA0021-15-F-0002 USSOCOM units on SOF units/capabilities: ISR systems and capabilities; Area of Responsibility (AOR) Culture and customs; AFSOC PED structure , organization and function; Patter of Life (POL) development; and AFSOC PED systems. Conducts training reviews, revisions, and initial courseware development for the DGS-SOF IFfU course syllabus. Create, review and update classroom training materials such as student handouts, lesson plans, PowerPoint presentations, and practical exercises, as required for accuracy and relevance. Continuously revises lesson plans to meet new training requirements and to keep Tactics, Techniques and Procedures (TIP) information up to date. Designs/develops, updates, and reviews complex OGS-SOF fFTU training scenarios for inclusion in the course, Provide individual positional instruction to students in the roles of Full Motion Video Analysts (FMVA) and Multi-Source Analysts (MSA). Determines student's proficiency and modifies programs of instruction tailored to each individual's training needs. 1.3.9.14 DATA MANAGEMENT SUPPORT The contractor shall provide data management support. This shall include development and maintenance of data archives and establishment of automated tools to aid in the daily tracking of squadron and higher headquarters activities. The contractor shall design, implement and ensure compliance with procedures governing development, review, distribution and control of documentation and annual procurement actions. 1.3.9.15 SYSTEM SECURITY The contractor shall assist the Government in ensuring AFSOC intelligence systems are operated, maintained and disposed of in accordance with (lAW) applicable security policics and practices. The contractor shall participate in the AFSOC intelligence systems configuration management (CM) process by maintaining and documenting relevant security software, hardware and firmware fA W the AFSOC CM Plan. The contractor shall managc and track systcm security rcquircments during all phases of thc systems life cycle. The contractor shall prepare, coordinate, and maintain relevant site security documentation. Additional requirements are contained in AFSOC SCI Addendum. 1.3.9.16 SITE SURVEYS The contractor shall review and inspcct cxisting or ncw sitcs for deploymcnt all(Vor beddown of intelligence systems. Specifically, they shall examine all aspects of facility security (e.g. physical, communications, procedural, administrative) and assist external SUppOit agencies and relevant program offices with Site Surveys. 1.3.9.17 TECHNICAL REVIEWS AND MEETINGS The contractor shall attend meetings, conferences and working groups related to theater airborne/national PED and ISR issucs lAW Government policy and guidancc. Thc contractor shall support APSOC participation in theater and component level exercises. 1.3.9.18 PROGRAM MANAGEMENT AND DOCUMENTATION The contractor shall provide program management support for planning, scheduling, costing, customer coordination, and technical performancc. Thc contractor shall integrate sccurity considerations in accordance with the contract applicable D0254 into all contract activities. The contractor shall provide multi-media presentation aids and related database, written, photographic andlor video documentation for task reviews, excrciscs and demonstrations as rcquircd by thc COR.. Documentation shall include Page 13 of 27 FA0021-15-F-0002 correspondence and memoranda, as well as technical reports and documentation up to the Top Secret/Sensitive Compartmented Information (TS/SCI) security classification level. 1.4 DELIVERABLES. CDRL TITLE AIXJI MOllthly Statlls Report AIXJ2 Submission 30 days «Iter OIfl'tlrd Funds & Man-hou.r 45 days tl/ier E\penditure Report mVlIrd AD03 Trip Reports AlXJ4 Conference Agenda AD05 Conference Minutes AIXJ6 AD07 Stu/finN Note AIXJ8 AIXJ9 AOIO DATE of 1'1 10 dars (!fler trip As of Date End olea Month End of t:uch Month Last dav vI trip Date of Subsequent Submission I(!" olEach Month jlh 0/ E(Jch Month SCONi' QA, A2X, AFICN765 SCONF QA,A2X AIR AIR AIR QA,A2X 10 dnys (!frer LlIsf dllY (!f trip AIR QAA2X trip Concept Documenl AIR AIR AIR AIR AIR AIR AIR AIR AIR QA,A2X QAA2X QA,A2X Qualitv Assurance Plan 60 days «Iter mVlIrd AIR NIA Bi-l1nmwf AIR NIA 45 days (!fler mVlIrd AIR NIA Technical Note Semi-Annual Program M(ln(lKement Report Contractor's Safety and Health Plan Copies QAA2X, AFICA/765 AIR (PMR) ADII DlST QA,A2X AFICAl765 SCONF QA,A2X AFICAl765 SCONF QA,A2X AFICAl765 SCONF I each J each leach I copy I copy J copv I copy J copy 1 copy 1 copy I copy 1.4.1 CDRL A001 -Monthly SttlfIIs Report - I,vill be on contractor letrerhetld and I,v il/list previous month 's accomplishments, ident(lied problems/m/lltions. planned TDY or vacation. vacancies, etc. Report is used to keep all informed and can also be used to further c!(lr!{v CDRL 11002. The MSR is due b\' the 10,h (~f etlch month. 1.4.2 CDRL 11002 - Funds & Man-hour t;.\pelldilure Report - Fort/wI and deliver\' will be agreed upon and endorse b)' the AFSOC/A2 and the contractor Project Manager. Delivery will be via electronic spreadsheet. Adjustment/Discrepancies from the previoll'<; month sholl be highlighlt:d and just !ficalionlclar(fication will be annotated. The Funds & Man-hour expenditure Report is due by the 5'h o.leach month and will include ajimds expenditure graph for each separate CLIN. 1.4.3 CDRL ADO] - Trip Reports - Standard trip reporrfor/1wt I,vil/ be provided bv AFSOClA2X to the contractor program manager. Trip reports are due >i'ithin ]0 days o.l return from trip. Page 14 of 27 FA0021-15-F-0002 1.4.4 CDRL A004-Conlerence Agcndu-S/undard ugendafonnul will be provided bv AFSOClA.2X 10 the contractor program manager. 1.4.5 CDRLA005 - Conference Minutes - Unless the con/mc/or is the hosl, efecfrolliclonvard vfthe contract minutes to A2X is appropriate. the conference is hosted hy the contractor, tlien coordination be/wan tlw con/melor ond the Government is appropriate and minu!t,.<; Ivill be prepared via collaboration. rr 1.4.6 CDRL A006 - StaJling No/c; - The notes thol re.fleel COIl/ract proadure.<" processes (lnd busine.'i'!i' should he referred to the COR and CO unless 1Iotes are spec(fic to internal contractor operations which when released do not have an impact on the contract. 1.4.7 CDRL AU07 - Technical Notes - The notes that reflect contract procedures, processes and business should be referred to the COR and CO unless notes are spec!fic to internal contractor operalions which when re!eused do nol huve an impact on the contmct. 1.4.8 CDRLA008 - Concept Deve!opmenl- The documents in tams oflhe cuntract, re.f7ect those ureas when: improvements to the contract procedures. processes and business can be implemented (lnd these documents must he provided to the Requiring Ojjiceforfilrther consideration. 1.4.9 CDRL A009 - Quality Assurance PI(ln - The pllln shllll identify how manaxement witl monitor perfimnance to ensure qualit}· service is provided to the Government in accomplishing contract requirements and shaff address Voll/nlat), Protection Plan requiremenls. The plan shull be updated as needed to ensure quality service is maintained throughout the contract pe1formance period. CO review and approval is required for all revisions. The contractor '.I' QAP shall he appficahfe to all subconl ractors and members oj'the conlractor 's leam. 1.4.10 CDRL AO j() - Semi·Annual Program Management Report - The report \vill include a brief descriplion oIlhe lask. current stulus, expenditures IV date, manpower i,!{ort/wt ion, lotal conlract value, accomplishments, innovations, pel.1"0l"f/wnce initiative and problem issues affecting performance. The report shall he provided in hard copy and PowerPoint slidesfor presentation to HQ A FSOCIA 7KQ. First submittal shall be on 15 Apr 12. 1.4.11 CDRL AO II - Contractor Safet)" and Health Plan - The safet)" (?jjice H,ill assist the contracting officer IV ensure that the contractor '.I' safet)' and health plan includes all required elements identified in the Performance Work Statement (PWS). The contractor's plan shall include appropriate measures to ensure the contmctor retlcts promptly to investixale, correct and Imck allexed sf!fety & health violations lind/or uncontrotled hazards in contmctor work (I/"(:as. Only required submittal shall be on 01 Dec 11. 1.4.12 The COR with conIirt/wlionIrom the CO shall approve eXlensionlchanxes to the deliver)' timeline bllsed on magnitude (lnd compl('xitv (~f the requirement. 2.0 SERVICE DELIVERY SUMMARY (SDS) 2.1 SERVICE REQUIREMENTS: Service requiremen/sIor Ihis Contract are summariz.t,d inlo per/ort/wnce outcomes thaI rehlle directly to mission essential items. The pef/ormunce thresholds describe the minimum acceptahle levels of service. ThesethresllOlds are critical to mission success and tlCcep/tlble (sali.~Itlclory) performance. Page 15 of 27 FA0021-15-F-0002 SDS# Performance Objective PWS Para # SDS 1 Contractor performance met specifications of the Contract. SDS 2 Complied with aU Security Requirements. 4.7 SDS 3 Contractor met required deli very schedule. This element applies to contract performance including timely submission of all deliverables identified in the PWS and contract. 1.4 SDS 4 SDS 5 SDS 6 SDS 7 SDS 8 4.3.5 Contract employee(s) were clearly identified as such while in Government facilities or when representing the contractor during performance of duties outside Government facilities. Check-out procedures were followed. Contract employee is customeroriented and displays a professional and cooperative attitude while pelforming service for the Government. Costs for reimbursable items were accurately estimated and managed. Invoicing is timely and accurate to include submission of supporting documentation required for certification. The Contractor maintains a stable workforce without disruption of service in order to maintain continuity of services and reduce the need for the Government to expend time/money/effort to Performance Threshold (to receive Satisfactory Rating) Contractor received no more than two (2) written customer complaints for year for basic contractor or per each period of performance. Customer complaints. were successfully resolved within five (5) workdays of notification, 100% of the time. l(X)Dk, of employee clearances are submitted to COR and CO prior to performance start date. All security requirements must be met and maintained 100% of the time. Zero security violations identified during performance. No more than one late deliverable semi-annually and no more than five days late. No more than one set of corrections/edits for accuracy or agreed to format quarterly; with all corrections accomplished within two workinO" days. 4.7.4 1(X)Dk, compliance. 4.3.6 I (X)% of the time. 1.4 1.4 4.7.4 Page 16 of 27 Costs were managed in a costeffective manner. Costs incurred were consistent with estimated costs. Cost documentation was adequate and cas\, to track. Invoices were rejected no more than three times in period of performance for non-compliance with submission of invoice backup requirements. No more than 2 customer complaints within period of performance. FA0021-15-F-0002 SDS 9 retrain and fe-orient new Contractor personnel. The Contractor effectively retains personnel with the appropriate levels of education, experience and expertise to accomplish the range of requirements described in the PWS/Contract. Perform Mishap RepOiting 4.3.9.4 100% compliance 3.0 GOVERNMENT FURNISHED PROPERTY 3.1 GOVERNMENT PROVIDED EQUIPMENT/OFFICE The Government shall provide the facilities, equipment and training necessary to perform the tasks stipulated in this PWS. Work shall he conducted in a secure/classified facility with office space and office equipment/supplies provided by the Government. Equipment includes classified and unclassified computers, printers, networks, copy machines, destruction equipment, Defense Switch Network (DSN) and Voice over Internet Protocol (VoIP) telephones and facsimile machines. The contractor shall maintain and account for all Government fumished equipment (GfE) under this contract. Upon Government direction, the contractor shall take steps required to transfer GFE as designated by the Government. The contractor has no authority to incur material costs while perfonning this effort. 3.1.1 Hardware Pursuant to FAR 52.245-1, all hardware designed, developed, or acquired under this contract shall become propelty of the Government and shall be delivered to the Government as required by the Contracting Officer. Hardware shall not be designed, developed, or acquired except that which is incidental to effort authorized under this PWS. 3.1.2 Software As directed by the Government, software developed incidental to the performance of this effort shall be delivered to the Government as both source and executable code and shall be considered a "Special Work" pursuant to OF ARs 252.227-7020, Rights in Special Works. Page 17 of 27 F A0021-15-F-0002 4.0 4. I GENERAL INFORMA nON SCHEDULE. Basic Period: 16 Jail 15- /5 Jan 16 Option Period 16 Jan 16 - 15 Jail 17 Option Period 16 Jail J 7 - 15 Jan 18 4.2 DATA. The Government has unlimited rights to all deliverables of this Contract. Specific contract efforts and accomplishments under this Task Order shall be included in the applicable CDRL(s) listed above. 4.3 MANAGEMENT AND ADMINISTRATION 4.3,1 Functional Commander / Functional Director (FC/FD), The FC/FD for this Contract isl(b)(3)10 usc §130b,(b)(6) l(b)(3)10 usc §130b,(b)(6) I Hurlburt Field, FL 32544. Telephone: Commercial (HSO) gg4-4121 or DSN: 5794121. 4.3.2 Contracting Officer Representatives (CORs). The following individuals shall perform Primary and Alternate COR duties as assigned by the FD. The contractor's Program Manager shall take reasonable steps to allow CaRs unrestricted and unhampered access to contractor employees accomplishing duties associated with this Task Order. (b)(3)10USC§130b l I 4.3.2.1 Primary COR: (b)(6) " HQ AFSOC/A2X, Hurlburt Field, FL, 32544. Telephone: Commercial: (850) 884-8763 or DSN: 579-8763. l (b)(3) 10USC§130b I . 4322 Alternate COR ( b ) ( 6 ) , HQ ArSOC/A2X, Hurlburt rleld, fL, 32544. Telephone: Commercial: (850) 884-6893 or DSN: 579-6893. 4.3.3 Quality Assurance Evaluator (QAE). The following individual shall perform QAE duties at the II IS, Hurlburt Field, FL. QAE is appointed by the FD (AFSOC/ A2) and repOits directly to the CORso The contractor's Program Manager shall take reasonable steps to allow QAEs unrestricted and unhampered access to contractor employees accomplishing duties associated with this contract. 4.3.3.1 II IS QAE: l(b)(3)10 usc §130b.(b)(6) Commercial: (850) 884-7680 or DSN: 579-7680. IHuriburt field, FL 32544. Telephone: 4.3.4 General. The contractor shall employ a program management structure to ensure the efficient execution of all taskings and the capability to repOii on the status of work performed. The contractor shall use a single Program Manager with the authority to administer all project activities and serve as the principle point of contact (PaC) for all matters regarding project administration and reporting. To ensure efficient on-site management and administration of all contract matters, the contractor shall identify a pac and an alternate who shall provide the direct, recurring interface between the contractor, the QA personnel, and the applicable directorate staff. The contractor shall promptly notify the CO of any issues or problems requiring a Government response. Personnel Management. The contractor shall maintain a stable workforce in order to provide 4.3.5 continuity of services and reduce or minimize the need for the Government to expend time/money/effort to retrain and re-orient new Contractor personnel. Also, the contractor shall employ and retain an appropriate number of key personnel who have the necessary skills, education, or SOF expertise to effectively perf'orm contract management and accomplish the range of requirements required. Page 18 of 27 FA0021-15-F-0002 Additionally, contractor shall maintain an active training, recruitment and retention program to ensure qualifled and clearable personnel are available to meet or exceed contract requirements. 4.3.6 Business Relations. The contractor shall be proactive in identifying problem areas and providing corrective action. The contractor and contractor employees shall he cllstomer oriented and display a professional and cooperative attitude when performing service for the Government. The contractor is responsible for providing timely notification to the Government of any acquisition or mergers involving the prime contractor to include the potential impact on this contract. 4.3.7 Ethics. The contractor will be highly visible to the entire AFSOC community as a result of providing services to the Government. Consequently, the contractor is expected to present an unblemished appearance in regards to ethics, discretion, and protection of information, including the guidelines for use of Govemment computer electronic messaging listed in AH 33-119 and Internet use in AFI 33-129 Subcontract Management. The contractor shall be responsible for any subcontract management necessary to integrate work performed on this contract and shall be responsible for subcontractor performance on each task. The contractor shall provide a list of all subcontractors with their initial proposal for approval at time of contract award. Any time the contractor desires to add or delete a subcontractor, prior approval of the CO is required. Requests must be submitted in writing within 15 calendar days of desired change. Under no circumstances will a change be requested or approved within the first 6 months of contract award unless the Contracting Officer signs a written exception. 4.3.8 4.3.9 Voluntary Protection Program (VPP). 4.3.9.1 Definitions: 4.3.9.1.1 Applicable Contractors. These requirements apply only to contractors whose employees work more than 1000 hours per quarter on a Government installation. 4.3.9.1.2 Days Away, Restricted, and/or Transfer Case Incidence Rate (DART). Number of recordable injuries and illness cases per 100 full-time employees resulting in days away from work, restricted work activity, andlor job transfer that a site has experienced in a given time frame. 4.3.9.1.3 Total Case Incidence Rate (TClR). Total number of recordable injuries and illness cases per 100 full-time employees that a site has experienced in a given time. 4.3.9.1.4 Installation-specific Safety and Health Standards. Hurlburt field has been recognized under the Occupational Safety and Health Administration (OSHA) Voluntary Protection Program (VPP). VPP impacts all "applicable contractors" operating on Air Force Installations. It is the applicable contractor's sole responsibility to ensure its employees and managers have a comprehensive understanding of VPP as well as full compliance with OSHA requirements (Public Law 91-596). Detailed information on VPP is available on the OSHA website at http://www.osha.gov/dcsp/vpplindex.html. Contractors, whether regularly involved in routine site operations or engaged in temporary projects such as construction or repair, must follow the safety and health rules of the installation or VPP site. Applicable Contractor's Safety and Health Plan. Each contractor must submit its safety and health plan and corresponding site safety checklist to the contracting officer 45 days after contract award. Thc safety office will assist thc contracting officer to ensure that the contractor's safety and health plan includes all required elements identified in the Performance Work Statement (PWS). The contractor's plan shall include appropriate measures to ensure the contractor reacts promptly to investigate, correct 4.3.9.2 Page 19 of 27 FA0021-15-F-0002 and track alleged safety & health violations and/or uncontrolled hazards in contractor work areas. The plan shall: 4.3,9.2.1 Demonstrate a management commitment to employee safety and health and identify the roles and responsibilities of Management, Supervisors, Employees, and Safety Coordinator: 4.3,9.2.2 Identify applicable safety rules and regulations and identify the application of the safety and health plan to subcontractors; 4.3.9.2.3 Include a worksite hazard analysIs 10 include base-line hazard identification and required control measures; 4.3.9.2.4 Include ajob site analysIs 10 include hazards of tasks required to control measures; 4.3,9.2.5 Identify employee safety and health training requirements and the documentation process; 4.3,9.2.6 Include a workspace inspection frequency, to include identifying the individual conducting the inspections; 4.3,9.2.7 Include employee hazard reporting procedures; 4.3.9.2.8 Identify individual(s) responsible for corrective action bazards; 4.3.9.2.9 Identify first aid procedures and procedures for accident investigation and reporting; 4.3,9.2.10 Identify emergency response procedures; and the process for tracking controlled hazards in contractor work areas. 4.3,9.3 Annual Reporting Requirements. Applicable contractors are required to provide their OSHA 300A information and TCIRIDART rates annually by 15 January to the CO for consolidation and submission as part of the installation's annual VPP Safety and Health Management Rep0l1. This information shall be included in the January monthly report at the management levcl 4.3.9.4 Mishap Reporting. An applicable contractor shall ensure its employees and subcontractors promptly report pertinent facts regarding mishaps involving reportable damage or injury to the AFSOC VPP Office and cooperate (lAW Af"l 91-2(4) in any Air Force safety investigation. Cooperation will include toxicology testing, To ensure 100% compliance, this requirement will be added to the PWS as a Services Summary (SS). 4.3,9.5 An applicable contractor is responsible for establishing these requirements for all subcontractors who qualify as applicable contractors under the resulting contract. 4.3.10 Professional Employees, Professional employees are defined by FAR 22.1102 as: "members of those professions having a recognized status based upon acquiring professional knowledge through prolonged study. Examples of these professions include accountancy, actuarial computation , architecture, dentistry, engineering, law, medicine, nursing, pharmacy, and the sciences (such as biology, chemistry, and physics and teaching). To be a professional employee, a person must not only be a professional but must be involved essentially in discharging professional duties," 4.3.11 Quality Assurance Plan (QAP) - The contractor shall submit a QAP within 60 calendar days of contract award for review and approval by the CO. The plan shall identify how management will monitor Page 20 of 27 FA0021-15-F-0002 performance to ensure quality service is provided to the Government in accomplishing contract requirements and shall address Voluntary Protection Plan requirements. The plan shall be updated as needed to ensure quality service is maintained throughout the contract performance period. CO review and approval is required for all revisions. The contractor's QAP shall be applicable to all subcontractors and members of the contractor's team. 4.3.12 Semi Annual Program Management Report (PMR). The contractor shall prepare and present a Semi-Annual Program Management Report that provides a brief description of the task, current status, expenditures to date, manpower information, total contract value, accomplishment, innovations, performance initiatives, and problem Issues, if any, affecting performance. The report shall be provided in hard copy and PowerPoint slides for presentation to AFICA/765 SCONF. 4.4 Travel Requirements. The contractor shall be required to travel predominantly using commercial air or other conventional modes to both Continental United States (CONUS) and Outside CONUS (OCONUS) locations. In rare circumstances, the contractor may be required to travel using Government air. Total travel costs shall not exceed aiiocated funding on the Travel CLlN. Air travel selections shall take into consideration economy and convenience for the Government. Contractors shall consider the potential savings by traveling via the Pensacola Airport instead of the Northwcst Horida Regional Airport when near Hurlburt neld and the use of refundable versus non-refundable tickets when efficiency and mission requirements allow. The Contractor shall prepare Letters of Identification (LOI) for its cmployees to travel on contract rcquircmcnts and the COR training/travel workshcct. LOis shall be authorized by the COR and submitted for approval to the CO or CA at least 5 workdays prior to departure. Travel shall be reimbursed in accordance with the requirements of Special Contract Rcquiremcnt H-OOI2, Allowable Travel Cost. Trip rcports shall be providcd as required in paragraph 1.4, Deliverables. 4.4.5 OCONUS Travel. 4.4.5.1 Cost of passports for overseas travel is the responsibility of the contractor. 4.4.5.2 Occasional overseas travel shall occur and normal contractor travel rules will apply. 4.5 Performance of Services during Crisis Declared by the President, Secretary of Defense, or Overseas Combatant Commander. lAW Department of Defense Instruction (0001) 3020.37, "Continuation of Esscntial DOD Contractor Scrviecs during Crises," this contract is designated as mission essential. The contractor and the Government shall comply with the requirements and responsibilities of 00013020.37 and other requirements and responsibilities as follows: 4.5.1 Contractor Performance Requirements. 4.5.1.1 The contractor shall develop contractor contingency staffing plans for those tasks that have been identified as mission essential to provide reasonable assurance of continuation during crisis conditions. 4.5.1.2 The contractor shall identify the employees supporting mission essential services that have military mobilization recall commitments and maintain adequate plans for replacing those employees in the event of mobilization. 4.5.1.3 The contractor shall ensure information on contractor-employee benefits due to war exigencies (under 42 U.S.c. 1651, "Defense Base Act") is fully developed and provided in writing to all affected contractor employees. Page 21 of 27 FA0021-15-F-0002 4.5.1.4 The contractor shall submit to the CO, for comment, formal company policies and procedures that effectively address its obligations pursuant to DoDI 3020.37 and documentation that all employees JXltentially affected thereby are sufficiently apprised of how those specific policies, procedures, and obligations may affect them. 4.5.1.5 The contractor shall obtain written agreement from those employees (primary and as many backups as prudent planning requires) UJXlIl whom the contractor will depend to perform missionessential services under this contract that such employee agrees 10 the obligations entailed in that mission essential performance. 4.5.1.6 The contractor shall provide copies of any/all employee agreements pursuant to paragraph 4.5.1.5 to the Government upon request. In the event that continuation of mission essential support hereunder is required beyond the established completion date of this contract, the contractor shall cooperate with the Government to ensure continuation of that support through whatever contractual vehicle is determined to be legally available. 4.5.1.7 4.5.1.8 Subject to the availability of space, contractor employees may be authorized to utilize military aircraft services at normal user rates in effect. 4.5.1.9 When mission essential support requires deployment of contractor employees, the employees shall perform under policies established by the Theater Commander. See Para 4.6 for deployment requirements. 4.5.1.10 Reserved The contractor shall brief employees regarding the potential danger, stress, physical hardships, and Ileld living conditions that are possible if the employee deploys in SUpp0i1 of military operations. 4.5.1.11 4.5.1.12 The contractor, with COR or designated Government representative direction, may rotate contractor employees into and out of the theater, provided there is no impact to the mission. The contractor shall coordinate personnel changes with the COR or designated Government representative and the CO. 4.5.1.13 At the request of the COR or designated Government representative, the contractor shall repOit its employees, including third country nationals , entering and/or leaving the area of operations by name, citizenship, location, Social Security Account Number (SSAN), or other official identity document number. These repOits shall be furnished to the COR or designated Government representative at both the departing location and the receiving location. 4.5.1.14 All deployed contractor employees shall comply with pertinent Service and 000 directives, policies, and procedures. The contractor shall also ensure compliance with federal statutes, judicial interpretations, and international agreements (e.g., Status of Forces Agreements (SOFAs), Host Nation Support Agreements) applicable to US Armed Forces or US citizens in the area of operations. Host Nation laws and existing SOFAs may take precedence over contract requirements. 4.5.1.15. The contractor shall ensure that contractor employees possess the necessary and appropriate personal clothing and safety equipment to execute contract performance in the theater of operations in accordance with applicable directives for each location. Page 22 of 27 FA0021-15-F-0002 4.5,1.16 Deployed contractor employees shall conform to uniform requirements set by the combatant commander or Commander Air Force Forces per AFl 21-101, Paragraph 17.2.2.6.7. The contractor employee shall sign for all issued organizational clothing and individual equipment, thus acknowledging receipt and acceptance of responsibility for the proper maintenance and accountability of issued organizational clothing and individual equipment. Upon completion of the deployment, the contractor shall ensure that all Government-issued clothing and equipment provided to contractor employees is returned to the Government issuing office, 4.5,1.17 The contractor shall ensure that health and life insurance benefits provided to its deploying employees are in effect in the theater of operations and allow traveling in military vehicles. 4.5.1.18 The contractor shall ensure that deploying employees are encouraged to make family care plans for any dependents. 4.5.1.19 Before deployment, the contractor shall ensure that each contractor employee completes aDD Form 93 , Record of Emergency Data, and returns the completed form to the COR or designated Government representative. 4.5.1.20 The contractor shall provide employees who are medically Ilt and capable of enduring the rigors of deployment in the designated theater of operations. Contractor employees shall be required to undergo medical screening prior to deployment, which may include deoxyribo nucleic acid (DNA) sampling and panoramic x-rays taken for identification purposes. Dental x-rays may be substituted when the ability to take panoramic x-rays or DNA samples is not available. 4.5.1.21 Deploying contractor employees shall carry with them a minimum of a UW-day supply of any medication they require. 4.5.1.22 Contractor employees assigned to a crisis or danger area are expected to perform assigned duties under this contract or any extension thereof. Upon notification from the COR or designated Government representative, the CO may direct the contractor, at the contractor's expense, to remove or replace any contractor employee failing to adbere to instructions and general orders issued by the Commander for the applicable location. If a contractor employee departs an area of operations without permission, the contractor shall ensure continued performance in accordance with the terms and conditions of the contract. Costs of retrieving contractor employees and obtaining replacement employees, if the contractor departs without COR or designated Government representative direction or permission shall be the responsibility of the contractor and the replacement must be in place in accordance with Special Contract Requirements. 4.5.2 The Government is responsible for providing information for all requirements involving deployment. The following responsibilities are in addition to those listed in 4.5.1 above as accomplished in conjunction with the contractor. The COR or designated Government representative will: Provide the contractor with the anticipated work schedule. The COR or designated 4.5.2.1 Government representative may alter the work schedule to ensure the Government ' s ability to continue to execute its mission. The COR or designated Government representative will provide the contractor with the anticipated duration of the deployment. 4.5.2.2 Inform the contractor of all Chemical, Biological, Radiological and Nuclear (CBRN) equipment and Chemical Defensive Equipment (CDE) training requirements and standards. Page 23 of 27 FA0021-15-F-0002 4.5.2.3 Provide the contractor employees with CDE familiarization training for the performance of missiOn essentiallasks in designated high threat countries. This training shall be commensurate with the training provided to DoD civilian employees. 4.5.2.4 Identify to the contractor all identification cards and tags required for deployment and will inform the contractor where the identification cards and tags are to be issued. 4.5.2.5 Include provisions in operations or contingency plans to assume or supplement contractorsupplied essential services during crisis situations at the earliest opportunity, when members of the U,S. Armed Forces, DoD civilians, or host-nation resources can be identified to perform the essential DoDcontracted services. The Government shall ensure the contractor is aware of such replacement and transitioning plans. Provide the contractor employees with appropriate cultural awareness training for the theater if 4.5.2.6 it is being provided to military personnel. 4.5.2.7 Ensure that contractor employees are issued any required security clearances expeditiously. Security clearances are to be issued on a "need-to-know" basis. 4.5.2.8 Set up procedures for contractor casualty notification and assistance that parallels those for military personnel as far as is legally permissible. 4.6 DEPLOYMENTS Currently, there are no anticipated deployment requirements. Any changes to this requirement will be coordinated/modified by the contracting office. 4.7 SECURITY INSTRUCTIONS 4.7.1 The contractor shall possess a TS/SCI clearance and be able to attain special accesses that will be required by the Government to support ISR PED operations. The contractor shall provide clearance verifications to the Government at the following address: Arsoc A2S, 100 Bartley Street, Suite 212S, Hurlburt field, rL 32544 Phone: R50-RR4-4240 Fax: 850-884-6581 4.7.2. The contractor shall not divulge any information regarding intelligence methods, systems, files, data, processing activities/functions, user lO's, passwords, or other knowledge that may be gained, to anyone who is not authorized to have access to such information. Contractor personnel shall not release or remove system information/documentation, data, or reports generated by or through use of Government systems without Government permission. Contractor access to any sensitive information that could or may be used in any source selection or future acquisition must first be coordinated to avoid conflict of interest. 4.7.3 Security Administration. The nature oftbe contract requires contractor personnel to possess a high degree of security awareness. The contractor shall develop a sound industrial security program to provide for the protection of classified defense information. Further, Government-furnished equipment/property must be reasonably protected from loss, theft, or unauthorized use. The contractor shall be responsible for understanding security obligations for the formulation of adequate regulatory Page 24 of 27 FA0021-15-F-0002 procedures in the safeguarding of classified defense and other protected information. Contract security requirements and contractor access to classified information shall be in accordance with the "National Industrial Security Program Operating Manual (NTSPOM) and as specified in the contract DO Form 254 (Contract Security Classification Specification). 4.7.4 Contractor Identification. 4.7 A.1 Identification Badges. The contractor shall furnish corporate identification badges to all contractor and subcontractor personnel authorized to work at Hurlburt Field facilities (or other Government installations). Costs for providing the corporate identification badge is the sole responsibility of the Contractor. While in Government facilities, all contractor employees shall conspicuously display their corporate identification badge and any Government-issued identification badge above the waist at all times to allow for easy identification as a contractor employee or authorized subcontractor ped"orming work for the contractor. Badges shall be worn at all times when contractor employees are collocated on a Government installation or when on temporary duty (TDY) working with other Government personnel. Subcontractor employees' identification badges shall identify their respective prime contractor. Contractor personnel and their subcontractors must identify themselves as contractors or 4.7.4.2 subcontractors during all meetings, telephone conversations, in electronic messages, or correspondence rclated to this contract. 4.7.4.3 Contractor-occupied facilities (on Hurlburt Field or other Government installations) such as offices, separate rooms, or cubicles must be clearly identified with contractor supplied signs, name plates or other identification, showing that these are work areas for contractor or subcontractor personnel. 4.7.4.4 Out processing Procedures. Government-issued badges, identification cards, passes, vehicle registration media, and admittance controls are accountable and, as such, are US Government property to be accounted for, protected and returned to the Government. When a contractor employee leaves the company or moves to a different directorate for support under this contract, the employee shall clear all computer systems to which they have access, turn in all keys or other admittance hardware, and perform "our processing" procedures with their Contracting Officer Representative (COR). A statement certifying that all appropriate "out processing" has been completed shall be included in the monthly report upon departure of any contractor personnel or at the end of TO performance periexl, to include the turn-in of the Common Access Card (CAC) as required by AFFARS 5352.242-900 I. This responsibility extends to any subcontractors. 4.7.5 Visitor Group Security Agreement. With the assistance of Industrial Security Office, I SOW/IPC, the contractor shall enter into a Visitor Group Security Agreement. [reference AF Federal Acquisition Regulation Supplement (AFF ARS) Clause 5352.204-9000, Notification of Government Security Activity and Visitor Group Security Agreements I. 4.7.6 Additional Security Requirements. The contractor shall be responsible for complying with program office Security Classification Guides (SCGs) and shall be responsible for marking and protecting information in accordance with these same SCGs and the Information Security oversight Office's Directive for this task. Additionally, the contractor is responsible for passing down to all subcontractors and team members the security requirements as stated in the contract. All contractor employees shall observe and otherwise be subject to such security regulations as are in effect for the particular premises involved. When directed by the Contracting Officer, the contractor shall remove any employee who endangers national security. Removal shall be at no cost to the Government Page 25 of 27 FA0021-15-F-0002 4.7.7 Industrial Security Office. All contractor performance on Hurlburt Field involving collateral classified will be under the security oversight of the Industrial Security Office, 1SOW/IPC, which will provide overall base security guidance and required security inspections of on-base contractor activities. All contractor pelformance involving collateral classified off Hurlburt Field that is not inspected by the "local" customer's security agency will be under the security oversight of the DSS. 4.7.8 AntitelTorism Training. Pcr DoDi 2000.16, "000 Antiterrorism (AT) Standards," all contractor personnel are required to complete Level I AT Training. This training shall be completed 30 days after award of contract. The contractor must comply with DFARS 252.225-7043 , Antiterrorism/Force Protection Policy for Defense Contractors outside the United States 4.7.9 Security Training. Contractor employees shall be required to attend an equivalent level of security education and training as currently required by applicable Government agencies. For task orders, this includes but may not he limited to: information and computer security training, force protection briefings/training, and refreshers as required. Prime contractors are resJXlnsible for ensuring that their team members/subcontractors obtain this required training. 4.7.10 Cognizant Government Security. Contractor employees will report to the cognizant Government security activity any change in their personal status which could affect their on-going eligibility for access to classitied information. This includes arrest by any military or civil JXlliee agency; the actual or planned marriage to or cohabitation with foreign nationals; and foreign travcl for personal reasons. 4.7.11 4.8 Additional Security requirements. Sec DD 254 for more security guidance and information. DUTY INFORMATION. The contractor's place of performance: 4.H.l II IS, 214 Terry Ave, Hurlburt Field, FL 32544 4.H.2 AFSOAWC , 232 Hartson St, Hurlburt Field, FL 32544 4.8.3 A2 100 Bartley St. Hurlburt held, FL 32544 4.9 ESSENTIAL SERVICES. Contract services shall be provided 24 hours a day, 7 days a week, and 365 days a year. All 4.9.1 contractor positions are designated as mission essential by the Government. Mission essential positions arc identified as those JXlsitions considered critical to operations that cannot be suspended or interrupted. Contractor personnel performing in miSSiOn essential positions are required to report for work during an emergency. 4.9.2 The Period of Performance shall be based on a standard 40-hour work week. Overtime is not permitted in sUpJXlrt of this requirement, however the contractor may work an expanded work week at normal labor rates when requested and approved by the COR and CO. The contractor shall be required to work non-standard duty hours and on weekends. The contractor shall he required to work on the follO\ving US Federal Holidays: New Year's Day, Martin Luther King Day, President 's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. The standard pay period will not exceed 100 hours in a non-deployed status and, should it be determined deployments are required, will not exceed 182 hours in a deployed status. Page 26 of 27 FA0021-15-F-0002 4.9.3 The contractor shall support shift work lAW AFSOC crew rest criteria. The contractor shall be fully integrated into the standard AFSOC PED crew rotation and support missiOns based on the published shift schedule. Under national crisis conditions or other continuity of operations situations (natural disasters), the contractor may be required to remain on site to support mission requirements ('\var clause") and work extended hours due to mission exigencies. In these circumstances, extended work week compensation shall be considered, Authorization for extended work week shall be coordinated with and approved by the AFSOC/ A2 and Contracting Officer on case-by-case basis. 4.10 TRAINING AND CERTIFICATION, The contractor shall be familiar with and capable of being trained and certified in ArSOC-OGS unique missiOn systems, associated mission equipment, related TTP's and CONOPs. Upon completion of training, the contractor shall be AFSOC-OGS mission crew certified and versed in AFSOC PEO processes and procedures, Training includes all required orientation, certification, and familiarization training on tools and processes employed by AFSOC intelligence units. The contractor has no authority to incur material costs while pert'orming this effort. The Government shall provide AFSOC PED certification training to applicable contract personnel for those operations requiring certification lAW ArSOC training schedules and requirements. The Government shall provide sponsored and funded formal mission certification process training and Area of Responsibility (AOR) oricntation and familiarization training to the contractor before the contractor can be considered mission capable. The contractor shall be trained, certified and fully qualified and obtain all qualifications and certificates required to accomplish the AFSOC mission. Other types of training development not specific to the AFSOC-OGS unique mission will be coordinated with the COR to ensure no mission loss and to determine ownership for training. Training that is contractor unique, to include professional development and career progression, will be the responsibility of the contractor. 4.11 SAFETY. The contractor shall identify, control, and document the hazards associated with this effort and the control methods necessary to eliminate or control the hazards, Significant items shall be addressed in status meetings, monthly report and Quality Control Plan. 4.12 RELEASE AUTHORITY, Release of reports, data, materials, or other information obtained or generated under this contract IS not authorized unless wrillen approval from the CO is provided. Page 27 of 27